Top Banner
HALDIA DOCK COMPLEX KOLKATA PORT TRUST ENGINEERING DEPARTMENT INVITE E-TENDER [Tender No. SDM (P&E)/T/38/2018-2019 & E-TENDER No. KoPT/Haldia Dock Complex/P&E Div/40/18-19/ET/387] FOR Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT March - 2019
200

haldia dock complex - Kolkata Port Trust

Mar 19, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: haldia dock complex - Kolkata Port Trust

HALDIA DOCK COMPLEX KOLKATA PORT TRUST

ENGINEERING DEPARTMENT INVITE E-TENDER

[Tender No. SDM (P&E)/T/38/2018-2019

&

E-TENDER No. KoPT/Haldia Dock Complex/P&E Div/40/18-19/ET/387]

FOR

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for

strengthing of power supply arrangement of RMQC-3 of HDC, KoPT

March - 2019

Page 2: haldia dock complex - Kolkata Port Trust

TABLE OF CONTENTS [Tender No. SDM(P&E)/T/38/2018-2019]

PARTS Sections CHAPTER DESCRIPTION PAGE NO.

PART-1 BID INVITING

I Short e-Tender Notice 1

II Notice Inviting e-Tender 2-4

III Schedule Of Tender (SOT) 5-7

PART-2 BIDDING PROCEDURES

IV Instructions for Online Bid Submission 8-14

V Instructions To Bidders (ITB) 15-28

VI Technical Specification 29-115

PART-4 CONDITIONS OF CONTRACT

VII General Conditions of Contract (GCC) 116-164

VIII Special Conditions of Contract (SCC) 165-169

PART-5 BIDDING FORMS, CHECKLIST AND CONTRACT FORMS.

IX Bidding Forms [I to VI] 170-186

X Checklist 187-188

XI Formats for :

Form of Agreement 189-190

Indemnity Bond 191-192

Bank Guarantee for Performance Guarantee 193-195

Certificate of Completion of work 196

No Claim Certificate 197

Certificate of Final Completion 198

Over Head Line route layout Drg.

Page 3: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

1

KOLKATA PORT TRUST

HALDIA DOCK COMPLEX

SHORT E-TENDER NOTICE

E-Tender No. KoPT/Haldia Dock Complex/P&E Div/40/18-19/ET/387 Online e-tenders are invited for the work of “Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.” Date of Pre-Bid meeting: 10.04.2019, 11:00 Hrs. onwards. Closing date & time of online submission of e-tender: 18.04.2019, up to 15:00 Hrs.

For details of tender and any corrigendum / addendum, please visit MSTC’s e-portal http://www.mstcecommerce.com/eprochome/kopt.

General Manager (Engineering) Haldia Dock Complex

Kolkata Port Trust

Page 4: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

2

KOLKATA PORT TRUST

HALDIA DOCK COMPLEX

NOTICE INVITING E-TENDER (Tender No. SDM(P&E)/T/38/2018-2019)

E-Tender No. KoPT/Haldia Dock Complex/P&E Div/40/18-19/ET/387

E-Tenders, under single stage two part system [Part I: Pre-qualification & Techno-commercial Bid and Part II: Price Bid] are invited on behalf of Haldia Dock Complex (HDC), Kolkata Port Trust (KoPT), from the intending bidders, fulfilling the “Minimum Eligibility Criteria (MEC)” and complying with the “Other documents” for the work of “Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT”.

2.1 MINIMUM ELIGIBILITY CRITERIA (MEC):

2.1.1 The average annual financial turnover of the bidder, during the last three (3) years, ending 31st March, 2018, must be at least Rs 1, 12, 09,273.00. Auditor’s Report of the bidding firm, certified by Chartered Accountant (CA), for the years 2015-16, 2016-17 and 2017-18, including relevant Audited Balance Sheets and Profit & Loss Accounts, should be made available.

Note: The bidder upload the scanned copies of Annual Financial Turnover Statement (certified by CA) for the years 2015-16, 2016-17 and 2017-18 along with Balance Sheets and Profit & Loss Accounts.

2.1.2 The bidder must have experience of having successfully completed “Similar Works” [defined below] during last seven (7) years, ending last day of month previous to the one in which tenders are invited, and the experience must be either of the following :-

a) Three similar completed works of contract value not less than Rs 1, 49, 45,698.00 each.

Or b) Two similar completed works of contract value not less than Rs 1, 86, 82,122.00

each. Or c) One similar completed work of contract value not less than Rs 2, 98, 91,395.00

The term “similar works” means – “Supply, Installation, Testing & Commissioning of 33kV Substation / 33kV Overhead Line or Installation, Testing & Commissioning of 33kV Overhead Line at Central Govt. /State Govt. /Port sector/PSU or any reputed organization.”

Note: The bidder(s) will upload the scanned copies of work order(s) for similar works,

successful completion certificates (with performance) from clients indicating the date of completion, value of work done, etc.

Page 5: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

3

2.2 DOCUMENTS 2.2.A. ESSENTIAL DOCUMENTS: The bidder should also upload scanned copies of the following documents along

with bids;

a) Scanned copies of Audited Balance Sheets and Profit & Loss Accounts for the years 2015-16, 2016-17 and 2017-18.

b) Scanned copies of work order(s) for similar works, successful completion certificates (with performance) from clients indicating the date of completion, value of work done, etc.

c) Scanned copy of Power of Attorney (if applicable).

2.2. B. OTHER DOCUMENTS:

i. Goods and Services Tax (GST) Registration Certificate, issued by Government of India.

ii. Valid Profession Tax Clearance Certificate (PTCC) or Up-to-date Profession Tax payment challan, if applicable. If this is not applicable, the bidder must submit [upload] a declaration in this regard.

iii. Certificate for allotment of Employees’ Provident Fund (EPF) Code No. [Latest challan is to be submitted (uploaded)], if applicable. If this is not applicable, the Bidder should submit [upload] a declaration (in the form of Affidavit), in this regard.

iv. Registration certificate of Employees’ State Insurance (ESI) authority, if applicable.

v. If this is not applicable, necessary document(s) [to establish Non-applicability], along with affidavit, affirmed before a first-class Judicial Magistrate to that effect, are to be submitted [uploaded]. Moreover, such bidder(s) shall have to submit a declaration, confirming that they will obtain registration certificate of ESI authority, if required , and they will indemnify Kolkata Port Trust against all damages & accident occurring to their labourer (including that of sub-contractor’s labourers), in connection with the instant contract, in case they become a Successful Bidder.

vi. PAN Card, issued by Income Tax Department, Government of India.

vii. Certificate of MSME / Micro & Small Enterprises (MSEs) / DIC / SSI / National Small Industries Corporation (NSIC) to get benefit in this regard.

2.3 The bidders are required to submit bid as per the instructions of the instant bidding documents (including Notice Inviting e-Tender). Bid will be considered rejected if any of the essential documents as mentioned in Clause no. 2.2.A is not submitted by the bidder. Essential documents means papers related to “Minimum Eligibility Criteria (MEC)”, including Bid Document fee, Earnest Money Deposit and Power of Attorney.

2.4 AVAILABILITY OF THE BIDDING DOCUMENTS: The bidding documents (in full) would be available in the following websites:-

http://www.mstcecommerce.com/eprochome/kopt of MSTC Ltd. http://eprocure.gov.in/epublish/app of Central Public Procurement Portal.

Page 6: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

4

http://www.kolkataporttrust.gov.in of Kolkata Port Trust. Corrigenda, Addenda, Queries & Clarifications, if any, would also be available in the aforesaid websites.

2.5 PARTICIPATING IN THE BIDDING PROCESS:

The bidders will have to participate in the electronic bidding process through the website of MSTC Ltd. (http://www.mstcecommerce.com/ ) only.

General Manager (Engineering)

Haldia Dock Complex Kolkata Port Trust

Page 7: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

5

SCHEDULE OF TENDER (SOT) (Tender No. SDM(P&E)/T/38/2018-2019)

E-Tender No. KoPT/Haldia Dock Complex/P&E Div/40/18-19/ET/387

3.1. Name of work :: Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

3.2. Tender Inviting Authority :: General Manager (Engg.), Haldia Dock Complex, Kolkata Port Trust.

3.3. Mode of Tender :: e-Procurement System. Online (Part I: Pre-qualification & Techno-commercial Bid and Part II: Price Bid) through http://www.mstcecommerce.com/eprochome/kopt of MSTC Ltd. No physical tender is acceptable by Haldia Dock Complex, Kolkata Port Trust.

3.4. Estimated Cost :: Rs 3, 73, 64,244.00 (excluding GST).

3.5. i) Transaction Fee :: The intending bidders must deposit Rs 17,700.00(Indian Rupees Seventeen thousand Seven hundred) only [Including GST @18%] as “Transaction Fee” (non-refundable), in favour of MSTC LIMITED by NEFT or Online Payment. Bid submission will be activated for the intending bidders only after receipt of aforesaid “Transaction Fee” by MSTC LIMITED. The intending bidders are advised to remit the “Transaction Fee” well in advance before the closing time of the event, so as to give themselves sufficient time to submit the bid.

ii) Bid Document Fee (Cost of bidding documents)

:: The intending bidders must deposit Rs 2,950.00 (Indian Rupees: Two thousand nine hundred and fifty) only [including GST @ 18%], as Bid Document Fee (non-refundable), to Haldia Dock Complex, along with their offer. In case the said Bid Document Fee is not deposited by the bidder, the respective bid will be summarily rejected, treating the same as non-responsive.

iii) Earnest Money Deposit (EMD)

:: The intending bidders must deposit Rs 7, 47,285.00 (Indian Rupees: seven lakh forty seven thousand and two hundred eighty five) only, as Earnest Money, to Haldia Dock Complex, along with their offer. In case the said Earnest Money is not deposited by the bidder, the respective bid will be summarily rejected, treating the same as non-responsive.

NOTE :: (i) For exemption of Bid Document Fee and EMD to

upload the scanned copy of the certificate from MSME / Micro & Small Enterprises (MSEs) / DIC /

Page 8: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

6

SSI / National Small Industries Corporation (NSIC) or any empowered Central / State Govt. authority is required in electronic format.

(ii) The bidders, who are not registered with MSTC, are advised to get themselves registered with MSTC, at least 72 (seventy-two) hours prior to making payment of Bid Document Fee and Earnest Money.

(iii) The bidders are advised to deposit Bid Document Fee and EMD using the Axis Bank Payment Gateway only. No other method of payment of Bid Document Fee shall be accepted.

3.6. Completion Period :: 12 months

3.7. Bid Validity :: 180 days.

3.8. Security Deposit :: 10 % of the Contract Value (excluding GST) for completion period in the form of Bank Guarantee.

3.9. Guarantee Period :: 24 months for complete projects.

3.10. Performance Bank Guarantee

:: 10% of the Contract Value (excluding GST) during guarantee period of 24 months for complete project.

3.11. Date, time and venue of Pre-Bid Meeting (off-line).

:: 10.04.2019 at 11:00 Hrs (IST). Office of Sr. Dy. Manager (P&E); Chiranjibpur; P.O. Haldia; Dist. Purba Medinipur; PIN: 721 604; West Bengal; India.

3.12. i) Starting date & time of submission of e-Tender at http://www.mstcecommerce.com/eprochome/kopt

:: 12.04.2019 from 11:00 Hrs. (IST).

ii) Closing date & time of submission of e-Tender at http://www.mstcecommerce.com/eprochome/kopt

:: 18.04.2019 up to 15:00 Hrs. (IST).

iii) Date & time of opening of Part-I (Techno-commercial Bid)

:: 18.04.2019 up to 15:30 Hrs. (IST) onwards.

iv) Date & time of opening of Part-II (Price Bid)

:: Shall be informed separately.

3.13. Address of the Employer :: Kolkata Port Trust (KoPT). 15 Strand Road, Kolkata – 700 001, West Bengal, India.

Page 9: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

7

3.14. Address of Engineer :: General Manager (Engineering), Haldia Dock Complex, Kolkata Port Trust. Address: Engineering Department Jawahar Tower Complex ; P.O. Haldia Township; Dist. Purba Medinipur ; PIN: –721607, West Bengal, India. Telephone no. : + 91-3224-264496 E. mail : [email protected]

3.15. Address of the Engineer’s representative

:: Shri R.N.Roy, Sr. Dy. Manager (P&E), Haldia Dock Complex, Operational Administrative Building (1st floor), Chiranjibpur; P.O: Haldia; Dist. Purba Medinipur; PIN: 721 604; West Bengal; India. Telephone no. : + 91-3224-252526 Mobile no. : + 91 94340 74411 E. mail : [email protected]

General Manager (Engineering) Haldia Dock Complex

Kolkata Port Trust

Page 10: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

8

SECTION – IV

INSTRUCTIONS FOR ONLINE BID SUBMISSION

4.1 Introduction:

4.1.1 This is an e-procurement event of HALDIA DOCK COMPLEX. The e-procurement service provider is MSTC Ltd., 225C, A.J.C. Bose Road, Kolkata-700 020.

4.1.2 The intending bidders are requested to go through the “Instructions To Bidders (ITB)” and contents of this bidding document, including all terms & conditions and Technical Specifications before submitting online tender. Bidders who do not comply with the requirements / conditions, with documentary proof (wherever required), will not qualify in the tender, for opening of Price Bid.

4.1.3 SPECIAL NOTE: THE PRE-QUALIFICATION & TECHNO-COMMERCIAL BID AND PRICE BID SHALL HAVE TO BE SUBMITTED ON-LINE AT www.mstcecommerce.com/ eprochome/kopt only.

4.1.4 Possession of valid Digital Signature Certificate (DSC) [Class III Signing Type] and Registration of the intending bidder with MSTC Limited on the e-Procurement / e-Tender Portal of MSTC are pre-requisites for the instant e-Tendering.

4.1.5 The Digital Signature Certificate (DSC) [Class III Signing Type], issued by nCode/eMudra or any Certifying Authority (CA) recognized by Controller of Certifying Authorities (CCA), India, should be registered. Only the DSC that is registered should be used by the bidder and the bidder should ensure safety of the same.

4.1.6 The intending bidders are requested to read the vendor guide and see the video in the webpage www.mstcecommerce.com/eprochome to familiarize themselves with the system before bidding.

4.1.7 The online tender should be submitted strictly as per the terms and conditions and procedures laid down in the website www.mstcecommerce.com/eprochome/ of MSTC Limited.

4.1.8 All entries in the tender should be entered in online Technical & Commercial formats, without any ambiguity.

4.1.9 The e-Tender platform shall remain open from the pre-announced date & time and for as much duration as mentioned in the Schedule of Tender (SOT).

4.1.10 E-tender cannot be accessed after the closing date and time of e-Tender, mentioned in the Schedule of Tender (SoT) of the instant bidding documents.

4.2 Process of e-tender :

4.2.1 Registration: The process involves vendor’s registration with MSTC e-procurement portal which is free of cost. Only after registration, the vendor(s) can submit his / their bids electronically. Electronic bidding for submission of Techno-Commercial Bid as well as Price Bid will be done over the internet. The Vendor should posses Class III Signing type Digital Certificate. Vendors are to make their own arrangement for bidding from a Personal Computer / Laptop, connected with Internet. MSTC is not responsible for making such arrangement. (Bids will not be recorded without Digital Signature).

Page 11: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

9

4.2.2 Steps for Registration:

i) Vendors are required to register themselves online with www.mstcecommerce.com → e-Procurement → PSUs / Govt. Departments → Kolkata Port Trust → Register as Vendor → (Filling up required details and creating own user id & password) → Submit.

ii) Vendors will receive system generated mail(s), confirming their registration, in their e-mail ID(s), which has been provided during filling up the registration form.

4.2.3 The intending bidders are requested to submit their bids, keeping sufficient time in hand.

4.2.4 In case of any clarification regarding online submission of bids, the intending bidders are requested to contact HDC/MSTC, well in advance, keeping sufficient time in hand.

Contact person (Haldia Dock Complex):

(i) Shri R.N.Roy, Designation: Sr. Dy. Manager (P&E), Mobile No.: + 91 94340 74411 Landline: + 91-3224-252526 E-mail : [email protected]

(ii) Sk. M.Rahman, Designation: Deputy Manager Mobile No.: + 91 94340 31203 Landline: + 91-3224-252543 E-mail : [email protected]

Contact persons (MSTC Ltd.): (i) Shri S. Mukherjee

Deputy Manager (e-Commerce) Mobile : +91 – 72780 30407 Landline: +91 – 33 – 2290 1004 E-mail : [email protected]

(ii) Mrs. S. Maity Assistant Manager (e-Commerce) Mobile : +91 – 98311 55225 Landline: +91 – 33 – 2290 1004 E-mail : [email protected]

4.2.5 System requirements and other requirements: i) Operating System: Windows 7 or above.

ii) Internet Browser: IE-7 or above.

iii) Class-III Signing Type Digital Certificate.

iv) Latest update JRE 8 (x86 Offline) Software to be downloaded and installed in the system.

v) To disable “Protected Mode” for DSC (Digital Signature Certificate) to appear in the signer box, the following setting may be applied:

Tools => Internet Options => Security => Disable Protected Mode (if enabled), i.e., remove the tick from the tick box mentioning “Enable

Page 12: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

10

Protected Mode”.

vi) Other settings: Tools => Internet Options => General => Click on Settings under

“Browsing History/Delete Browsing History” => Temporary Internet Files => Activate “Every time I visit the webpage”.

vii) To enable ALL Active X controls and disable ‘use pop up blocker’ under Tools → Internet Options → Custom Level (Please run IE settings from the webpage www.mstcecommerce.com once).

4.2.6 Bidding in e-tender:

i) The intending bidders need to submit necessary Transaction Fee, to become eligible to bid online in the e-Tender. Transaction Fee is non-refundable.

Bid Document Fee is non-refundable. Earnest Money Deposit will be refunded to the unsuccessful bidders, without any interest, within 2 (two) months from the date of opening of Price Bids or on finalization/ acceptance of tender, whichever is earlier. Earnest Money Deposit of the successful bidder will be refunded, without any interest, after submission of Security Deposit by them.

ii) The bidders must upload all the documents required as per the instant bidding documents (including Notice Inviting e-Tender). Any other document uploaded, which is not required as per the instant bidding documents (including Notice Inviting e-Tender), shall not be considered.

iii) Certificate of MSME / Micro & Small Enterprises (MSEs) / DIC / SSI / National Small Industries Corporation (NSIC) shall have to be submitted (uploaded) to get benefit.

iv) Unit of Measure (UOM) is indicated in the e-Tender platform. Rate to be quoted should be in Indian Rupees, as per UOM indicated in the e-Tender platform or in the bidding documents.

v) Steps for submitting Pre-Qualification & Techno-Commercial Bid and Price Bid : The intending bidder(s), who have submitted the required Transaction Fee, can only submit their Pre-qualification & Techno-commercial Bid and Price Bid, through Internet, in MSTC website. The steps are given hereunder:

a) www.mstcecommerce.com → e-Procurement → PSUs/Govt. Departments → Kolkata Port Trust → Login → My Menu → Auction Floor Manager → Live Event → Selection of the Live Event → Techno-commercial Bid

b) The bidder should allow running JAVA application. This exercise has to be done immediately after opening of Bid Floor. Then the necessary steps, as would appear, would have to be followed. If this application is not run, then the bidder will not be able to save/submit their bid.

c) After filling the Techno-commercial Bid, the bidder should click on “Save” for recording their Techno-commercial Bid. Once the same is done, the Price Bid link becomes active and the same has to be filled up and then the bidder should click on “Save” to record their Price Bid. Then once both the Techno-commercial Bid and Price Bid have been saved, the bidder can click on the “Final submission” button to register their bid.

vi) The bidders should quote their offered prices appropriately, only in the

Page 13: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

11

aforesaid Price Bid link. Price indicated anywhere else, in any other form or manner, will not be considered for evaluation of Price Bid.

vii) The Techno-commercial Bid and Price Bid cannot be modified/revised, once the “Final submission” button has been clicked by the bidder.

viii) After submitting online bid, the bidder cannot access the bid submitted by him/them, once the “Final submission” button has been clicked by the bidder.

4.2.7 Special Note towards Transaction Fee: The intending bidder shall pay the Transaction Fee using “Transaction Fee Payment”

link under “My Menu” in the vendor login. The intending bidder has to select the particular tender from the event dropdown box. The intending bidder shall have the facility of making the payment either through NEFT or Online Payment. On selecting NEFT, the intending bidder shall generate a challan by filling up a form. The intending bidder shall remit the Transaction Fee amount as per the details printed on the challan, without making change in the same. On selecting Online Payment, the intending bidder shall have the provision of making payment using its Credit Card/Debit Card/Net Banking. Once the payment gets credited to MSTC’s designated Bank account, the Transaction Fee shall be auto authorized and the intending bidder shall be receiving a system generated mail.

Transaction Fee is non-refundable. An intending bidder will not have access to online e-Tender without making payment towards Transaction Fee. In other words, an intending bidder will be activated for bid submission, only after receipt of the Transaction Fee by MSTC Limited.

NOTE: The intending bidders are advised to remit the “Transaction Fee” well in advance before the closing time of the event, so as to give themselves sufficient time to submit the bid.

4.2.8 Procedure of payment of Earnest Money and Bid Document Fee through Axis Bank Gateway :

The bidder would be able to access the payment gateway from the Vendor login page of the MSTC ecommerce site (www.mstcecommerce.com → e-Procurement → PSU/Govt. depts. → Kolkata Port Trust) under the icon “HDC EMD/Tender Fee Payment”. Clicking this icon will take the bidders to the Axis Bank Gateway. Alternatively, the bidder can also access the gateway by from Axis Bank Easy Pay website (https://easypay.axisbank.co.in → Others → Haldia Dock Complex).

The bidder will be required to mention the bidder’s ID (the ID used by the bidder for logging in the MSTC website) and Bid ID (E-Tender No. of the tender against which the bidder intends to submit bid) and then click ‘VALIDATE’.

A webpage will populate, where the bidder will be required to select “Earnest Money” OR “Bid Document Fee”, then indicate his Mobile Number and the CAPTCHA displayed in the webpage.

Depending on the selection, another webpage will come up. In case of selection of Earnest Money (EM), the bidder will be required to select

the option of With or Without Bank Guarantee. In case of the instant tender, where there is no option to pay the EM through Bank Guarantee (BG), the bidders should select the option ‘Without’.

The bidder will be required to mention their Bank Account Number, IFSC of

Page 14: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

12

their Bank and the name of the account, insert the CAPTCHA mentioned in the webpage and then ‘SUBMIT’. In case of Bid Document Fee payment, Bank Account Number would not be required. An URN Number will be generated. Bidders should keep note of this URN Number for all future reference.

Another webpage will come up and the bidder will have the option to select payment methods from – (i) Internet Banking and (ii) NEFT/RTGS, after agreeing with the terms and conditions, by clicking the dialogue box appearing in the webpage.

In case of selection of Internet Banking, the bidder will be required to select any Bank of their choice and depending on the selection, the bidder will then be guided to the webpage of the respective Bank. After validating the payment in the respective Bank, the system will return to the Axis Bank Payment Gateway.

In case of selection of RTGS/NEFT, the webpage will generate a payment advice. The Bank Account Number, IFSC of the Bank, name of the payee, i.e., Haldia Dock Complex, and the amount to be paid will be indicated in the said payment advice. The bidder will also get an SMS and e-mail detailing the same. The bidder will be required to mention the same correctly in the Bank Challan, which is required to be filled up for payment by RTGS/NEFT in the Bank from where they intend to make the payment. The bidders should note that Bank a/c number of HDC, mentioned in the Payment Advice, will change for each and every transaction and hence, for each and every payment, the entire process from the beginning will have to be followed for generation of a URN Number.

For payment of Bid Document Fee, identical process is to be followed. The bidders will be able to know the status of their payment, by using the

‘Enquire URN’ facility, by mentioning the URN Number in the Axis Bank login page. Until such time the payment is credited to HDC’s a/c, the system will show the status as ‘Pending’.

The bidders should note that until such time the status remains ‘Pending’, the payment is not made to HDC and mere generation of URN Number will not signify payment of EM or Bid Document Fee. Hence, if the status remains ‘Pending’ after some time of submitting the RTGS/NEFT payment request at their Bank, then the bidders should contact their Bank to enquire about the status of RTGS/NEFT request.

In case of any problem relating to use of the payment gateway, the bidders should contact the tender inviting authority, whose phone number and e-mail address are mentioned in the e-Tender.

4.2.9 Special Note towards uploading required documents:

The intending bidders are instructed to use “Attach Doc” button to upload documents in document library. Multiple documents can be uploaded.

4.3 Instructions related to Micro & Small Enterprises (MSEs):

4.3.1 For exemption of Bid Document Fee and EMD certificate from MSME / Micro & Small Enterprises (MSEs) / DIC / SSI / National Small Industries Corporation (NSIC) or any empowered Central / State Govt. authority is required.

4.3.2 Micro & Small Enterprises (MSEs) registered with NSIC under Single Point

Page 15: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

13

Registration Scheme (SPRS) are eligible to get the benefits under new Public Procurement policies for MSEs as notified by the Government of India, Ministry of Micro, Small & Medium Enterprises (MSME) in The Gazette of India vide No. 503, dated 26.03.2012.

4.3.3 When splitting of tender quantity is not possible purely on technical ground, Trustees reserve the right not to negotiate price with MSE if their price is within the band of L1+15% in comparison with L1 price of non-MSE for consideration of award of order for 20% of tender quantity against any item as per new public procurement policy.

4.3.4 If Micro & Small Enterprises (MSEs), registered with NSIC [under single point registration scheme] intend to participate with respect to items for which they are not registered with NSIC, then they will have to deposit full amount of Bid Document Fee and Earnest Money, in accordance with the Schedule of Tender (SoT). Otherwise, their offer with respect to such items (for which they are not registered with NSIC) will not be considered.

4.4 Other Instructions related to e-Procurement: 4.4.1 All notices and correspondence with the bidder(s) shall be sent by e-mail only during the

process till finalization of tender by HDC, KoPT. Hence, the intending bidders are required to ensure that their e-mail IDs provided are valid and updated at the stage of registration of bidders with MSTC (i.e., Service Provider). The intending bidders are also requested to ensure validity of their DSC (Digital Signature Certificate).

4.4.2 In all cases, an intending bidder should use their own ID and Password, along with Digital Signature, at the time of submission of their bid. It is mandatory that all bids are submitted with Digital Signature Certificate (DSC), otherwise the same will not be accepted by the system.

4.4.3 Addenda, Corrigenda and Queries & Clarifications (with respect to the instant e-Tender), if any, would be hosted in the e-Procurement portal of MSTC. Since there is no provision to take out the list of intending bidders downloading the bidding documents from the websites mentioned in the Tender Notice, the intending bidders are requested to check the website of MSTC to ensure that they have not missed any Addenda, Corrigenda and Queries & Clarifications, uploaded against the instant e-Tender, after downloading the bidding documents. The responsibility of downloading such Addenda, Corrigenda and Queries & Clarifications, if any, will be that of the intending bidders.

4.4.4 No deviation/variation of the techno-commercial terms and conditions of the bidding documents will be considered by HDC, KoPT. Submission of bid in the e-Tender platform by any bidder confirms their acceptance of the techno-commercial terms and conditions of the bidding documents.

4.4.5 HDC, KoPT reserves the right to accept or reject any bid (in full or part) and to annul the bidding process and to reject all bids, at any time prior to contract award, without assigning any reason thereof and without thereby incurring any liability to the bidders.

4.4.6 Any order resulting from this open e-Tender shall be governed by the terms and conditions mentioned therein.

4.4.7 All electronic bids submitted during the e-Tender process shall be legally binding on the bidders. Any bid will be considered as the valid bid offered by that bidder and acceptance of the same by HDC, KoPT will form a binding contract, between HDC, KoPT and the bidder, for execution of the work. Such successful bidder shall be called hereafter the ‘CONTRACTOR’.

Page 16: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

14

4.4.8 The bids will be evaluated based on the filled-in Technical & Commercial formats and the requisite documents submitted (uploaded) by the bidders.

4.4.9 The documents uploaded by bidder(s) will be scrutinized. During scrutiny, in case any of the information furnished by the bidder is found to be false, Earnest Money Deposit of such defaulting bidder(s) will be forfeited. Punitive action, including suspension and banning of business, can also be taken against such defaulting bidder(s).

4.4.10 HDC, KoPT, at its discretion, may extend the closing date & time of e-Tender, prior to the closing date & time of e-Tender mentioned in the Schedule of Tender (SoT). However, the closing date & time of e-Tender will not be extended, under any situation, after the due date is over.

4.5 Opening of Part-I (i.e. Pre-qualification & Techno-commercial Bid) and Part-II (i.e. Price Bid) :

4.5.1 Part I (Pre-qualification & Techno-commercial Bid) will be opened electronically on specified date and time, as given in the Schedule of Tender (SoT). Bidder(s) can witness electronic opening of bid(s).

4.5.2 Part II (Price Bid) will be opened electronically of only those bidder(s), who qualify(ies) in the “Pre-qualification & Techno-commercial Bid” [Part I]. Such bidder(s) will be intimated date of opening of Part II (Price Bid), through e-mail, to valid e-mail ID(s) confirmed by them.

Page 17: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

15

SECTION – V

INSTRUCTIONS TO BIDDERS (ITB)

A. GENERAL 5.1 Definition and interpretations :

(a) the term “in writing” means communicated in written form (i.e. by mail, e-mail, fax, telex, etc.) and delivered against receipt;

(b) except where the context requires otherwise, words indicating the singular also include the plural and words indicating the plural also include the singular;

(c) “day” means calendar day; and

(d) “procurement” means the entire work requirements, as specified in Section VI Technical Specification.

5.2 Fraud and corruption 5.2.1 It is the policy of Kolkata Port Trust (KoPT) to require that bidders,

Contractors, Sub-contractors, and Consultants, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, KoPT :

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of a public official in the procurement process or in contract execution;

(ii) “fraudulent practice” means a misrepresentation or omission of facts, in order to influence a public procurement process or the execution of a contract;

(iii) “collusive practice” means a scheme or arrangement between two or more bidders, designed to establish Bid Prices at artificial , non competitive levels;

and

(iv) “coercive practice” means harming, or threatening to harm, directly or indirectly, persons or their property to influence their participation in procurement process or affect the execution of a contract;

(b) will reject a proposal for award, if it determines that the bidder, recommended for award, has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the contract in question;

(c) Will terminate contract, if it determines at any time that representatives of KoPT engaged in corrupt, fraudulent, collusive, or coercive practices during the procurement or the execution of that

Page 18: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

16

contract ;

(d) will sanction a firm or individual, including declaring them ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that they have, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for, or in executing, a contract;

and

(e) will have the right to require that a provision be included in Bidding Documents and in contracts, requiring bidders, contractors , subcontractors, and consultants to permit KoPT to inspect their accounts and records and other documents relating to the bid submission and contract performance.

5.2.2 Furthermore, bidders shall be aware of the provision stated in GCC.

5.3 Eligible bidders

5.3.1 A Bidder, and all parties constituting the Bidder, should have the nationality of any country. A Bidder shall be deemed to have nationality of a country if the Bidder is a citizen or is constituted, incorporated, or registered and operates in conformity with the provisions of the laws of the country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or contractors for any part of the contract, including related services

5.3.2 A Bidder shall not have a conflict of interest. Any Bidder found to have a conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest for the purpose of this bidding process, if the Bidder and one or more parties :

(a) Submit more than one bid in this biding process.

Or

(b) are or have been associated in the past , with a firm or any of its affiliates which have been engaged by KoPT to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under the instant Biding Documents.

5.3.3 Participating by a Bidder in more than one bid shall result in the disqualification of all bids, in which such Bidder is involved.

5.3.4 A Bidder that is under a declaration of ineligibility by KoPT, in accordance with ITB Clause No.5.2, at the date of contract award shall be disqualified.

5.4 Authority in signing the bid / offer 5.4.1 In case the bid is submitted by a Proprietorship Firm, the same should be

signed either by the Proprietor or other person(s), holding a valid power of attorney / authorisation from the proprietor, in connection with this bidding process. The signature of such power of attorney holder(s) / authorised person(s) should be attested by the proprietor. Such power of attorney / authorisation should be uploaded along with Techno-commercial Bid [Part I].

5.4.2 In case the bid is submitted by a Partnership Firm, the same should be signed either by the partner(s), holding valid power of attorney from the

Page 19: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

17

partners or other person(s), holding valid authorisation from such power of attorney holder(s) , subject to approval of the partner(s) in the matter of giving such authorization, in connection with this bid. The signature of such power of attorney holder(s) / authorised person(s) should be attested by the partners or power of attorney holder, as the case may be. Such power of attorney / authorisation should be uploaded along with Techno-commercial Bid [Part I].

5.4.3 In case the bid is submitted by a Limited Company, the same should be signed by the person(s) holding valid power of attorney / authorisation, executed in his / their favour ( in connection with this bid) and the signature of such power of attorney holder(s) / authorised person(s) should also be attested, in accordance with the constitution of the Limited Company. Such power of attorney / authorisation should be uploaded along with Techno-commercial Bid [Part I].

5.4.4 Such power of attorney holder(s) / authorised person(s) should put his / their signature identical with the attested one, in the relevant documents submitted / uploaded, in connection with the instant bidding process [including “Techno-commercial Bid”]. In case of putting different signatures in different documents / offers, all such signatures should be attested by the same person in line with the above.

B. CONTENTS OF BIDDING DOCUMENTS

5.5 Sections of Bidding Documents 5.5.1 The contents of the Bidding Documents as detailed at “TABLE OF

CONTENTS” should be read in conjunction with any addendum / corrigendum issued in accordance with ITB Clause No. 5.7.

5.5.2 The Employer (KoPT) is not responsible for the completeness or correctness of the bidding documents and their Addenda, if they were not obtained directly from the source indicated in Notice Inviting e-Tender .

5.5.3 The bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Documents. Failure to furnish all information or documentation required by the Bidding Documents [considering all addenda / corrigenda issued] may result in the rejection of the bid.

5.6 Pre-Bid Meeting

5.6.1 A prospective bidder requiring any clarification of the instant Bidding Documents shall contact Sr. Dy. Manager (P&E), HDC, in writing, or raise their enquiries during the Pre-bid meeting. The prospective bidders are requested to submit their queries / observations / suggestions / requests for clarification, in connection with the instant Bidding Documents, in advance, to enable KoPT to prepare response / clarifications and make pre-bid meeting meaningful.

5.6.2 As indicated in the Schedule Of Tender, pre-bid meeting will be conducted off-line on behalf of HDC, KoPT. The purpose of this pre-bid meeting will be to clarify issues and to answer questions on any matter (in connection with the instant Bidding Documents only) that may be raised at that stage.

Authorised representative(s) of the prospective bidders will be allowed to attend the Pre-bid meeting, which will be held on the date, time & at the venue stipulated in the Schedule Of Tender (SOT).

Page 20: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

18

The designated representative(s), who will be deputed to attend the pre-bid meeting, should submit their authorization in this regard. The signature of such designated person(s) should be attested by the authorized signatory of the prospective bidders. Otherwise, the designated person should have to submit the proof of his identity through other means.

5.6.3 The prospective bidders are advised to attend the pre-bid meeting. However, non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.

5.6.4 Unless otherwise notified, all the queries / observations / suggestions / requests for clarification (related to the instant Bidding Documents only) [including the queries / observations / suggestions / requests for clarification raised during pre-bid meeting], received till the date of pre-bid meeting, will be considered. KoPT’s response / clarifications (including description of queries / observations / suggestions / requests for clarifications, but without identifying its source), in this regard, will be communicated to all the known prospective bidders (i.e. who would attend pre-bid meeting or submit queries / observations / suggestions or requested for clarification), in writing, well in advance to the last date of submission of bids. The aforesaid queries / observations / suggestions / requests for clarification and KoPT’s response / clarifications will also be hosted in the websites, as specified in the Notice Inviting e-Tender.

Any modification to the Bidding Documents, which may become necessary as a result of the KoPT’s response / clarifications, so issued, shall be made through the issue of an addendum / corrigendum, pursuant to ITB.

5.6.5 The Bidder shall be deemed to have examined thoroughly the instant Bidding Documents, in full, [considering all addenda / corrigenda issued (if any)], visited the site & surroundings and to have obtained all necessary information in all the matters whatsoever that might influence while carrying out the job as per the conditions of the instant Bidding Documents [considering all addenda / corrigenda issued (if any)] and to satisfy themselves to sufficiency of their bid, etc. If they shall have any issue to be clarified, the same should be brought to the notice of KoPT, in writing, as set out in ITB.

The bidders are advised to acquaint themselves with the job involved at the site, like availability of labour, means of transport, communication facilities, laws and bye laws in force from Government of West Bengal & Government of India and other statutory bodies from time to time. The Bidder shall be deemed to have examined and collected all necessary information as to risk, contingencies and other circumstances, which may be necessary for preparing the Bid. Visiting the site shall be at the bidder’s own expense. Failure to visit to site will no way relieve the Contractor (successful Bidder) of any of their obligation in performing the work and liabilities & responsibilities thereof, in accordance of the contract.

5.6.6 Necessary Gate Pass/Dock Entry Permit, for entering into the Dock area, will be issued to the designated representative(s) of the prospective bidders, on chargeable basis [as per the extant “Scale of Rates” of KoPT, available at http://www.kolkataporttrust.gov.in/ of Kolkata Port Trust], to visit the site, for the purpose of inspection only, on receipt of a formal written

Page 21: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

19

request. The signature of such designated person(s) should be attested by the authorized signatory of the prospective bidders. Otherwise, the designated person(s) should have to submit proof of his/their identity through other means. However, during the pre-bid meeting, if the prospective bidders are willing to enter into the dock area, they will be allowed through VIP Pass of HDC free of cost.

Such prospective bidder will be fully responsible for any injury (whether fatal or otherwise) to its designated representative(s), for any loss or damage to property, or for any other loss, damage, costs and expenses whatsoever caused, which, but for the granting of such permission , would not have arisen. The prospective bidder will be liable to indemnify KoPT against any loss or damage to the property of KoPT or neighbouring property which may be caused due to any act of prospective bidder or their designated representative(s).

5.7 Amendment of Bidding Documents

5.7.1 At any time, prior to the last date for submission of bids, KoPT may, for any reason whether at its own initiative or in response to the queries/ observations/suggestions/requests for clarification, amend and modify the bidding documents by issuing Addenda/Corrigenda. Such Addenda/Corrigenda will be hosted in the websites, as specified in the Notice Inviting e-Tender.

5.7.2 Any Addendum/Corrigendum, thus issued, shall be part of the bidding documents and shall be communicated, in writing, to all the known prospective bidders (i.e., who would attend Pre-bid Meeting or submit queries / observations / suggestions or request for clarification), in writing, well in advance to the last date of submission of bids.

5.7.3 To give prospective bidders reasonable time to take the Addendum / Corrigendum into account in preparing their bids, KoPT may, at their discretion, extend the last date for submission of the bids, prior to the closing date & time of e-Tendering.

C. PREPARATION OF BIDS

5.8 Cost of bidding The Bidder shall bear all costs associated with the preparation and submission of their

bid, and KoPT shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

5.9 Language of Bid

The Bid, as well as all correspondence and documents relating to the bid, exchanged by the Bidder and KoPT, shall be written in the English language only. If the supporting documents and printed literature, that are part of the bid, are in another language, they must be accompanied by an accurate translation of the relevant passages in the English language, in which case, for purposes of interpretation of the bid, such translation shall govern.

5.10 Documents comprising the Bid 5.10.1 The Bid shall comprise of the following :-

Page 22: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

20

(a) Pre-qualification and Techno-commercial Bid:

The Pre-qualification & Techno-commercial Bid comprises all documents [including the Bidding Forms (provided in these bidding documents), duly filled in, signed and stamped] required to be submitted as per the Notice Inviting e-Tender, Schedule of Tender (SoT), Instructions To Bidders (ITB) and any other relevant clause(s) of these bidding documents.

(b) Price Bid:

The Price Bid comprises the prices only and the same are to be submitted electronically, through the website of MSTC Limited only.

5.11 Form of Tender

The bidder shall have to submit (upload) the “FORM OF TENDER”. This form must be completed without any alterations to its format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested. Such duly filled in “FORM OF TENDER” should be uploaded.

5.12 Price Schedule 5.12.1 The Bidder shall quote their price on-line (through MSTC portal only) as

per the Price Schedule (Bill of Quantities) in the Price bid (Part-II), without any condition or deviation. Price indicated anywhere else, in any other form or manner, will not be considered for evaluation of Price Bid.

5.12.2 The Bidder should submit (upload) the unpriced format [Bidding Form VI : PRICE SCHEDULE], of the instant Bidding Documents, duly filled in the GST rates at appropriate places and signed & stamped as token of acceptance.

5.13 Bid Prices

5.13.1 The prices are to be quoted by the Bidder through MSTC portal, considering the work requirements, as detailed in Section VI (Technical Specification) and other terms & conditions of the Bidding Documents (considering all addenda / corrigenda issued).

5.13.2 Except where otherwise expressly provided, the contractor shall have to provide all materials, labour, plant and other things necessary in connection with the contract, although everything may not be fully specified, and although there may be errors and omissions in the specifications.

5.13.3 The prices and rates entered (electronically through MSTC Portal) as per the Price Schedule (Bill of Quantities), in the Price bid (Part-II), by the Bidder, shall include, inter alia, all costs and expenses involved in or arising out of the following:

(a) Supply, delivery, inspection, transportation (including insurance), handling, receipt and storage of all required materials [in line with Technical Specification (Section VI)] and equipment at site.

(b) The provision, storage, transport, handling, use, distribution & maintenance of all materials, equipment, machinery and tools, including all costs, charges, dues, demurrage or other outlays involved in transportation.

(c) The provisions & maintenance of all their staff & labour and their

Page 23: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

21

payment, accommodation, transport, fares and other requirements.

(d) All required first aid, welfare and safety requirements.

(e) Damage caused to the work and /or construction, plant, materials and consumable stores caused by weather.

5.13.4 Tools, Tackles, lifting machineries, scaffolding, temporary lighting, different vehicular transport etc. required for execution of the whole work will have to be arranged by the Contractor, at their own risk, cost & arrangement, which may be considered, while submitting their rates in the offer.

5.13.5 Rates & amounts quoted by the bidders in the “PRICE SCHEDULE”, include all incidental charges [excluding Goods and Services Tax (GST)], as applicable, and charges for packing, forwarding, loading, handling, carrying to any lead, stacking, transportation, permits, overheads & profit, etc. necessary for the complete services as described in this Bidding Document.

GST, as applicable, shall be paid extra against proper invoice submitted by the Contractor.

The contractor will be required to submit GST compliant invoice with all required details and also be required to file timely and proper return so as to enable KoPT to get due credit against GST paid. In case of any failure on the above account, GST amount, even if paid by KoPT, shall be recoverable from the Contractor.

5.13.6 All quoted rates will remain firm during the validity period of the bid / offer, including any / all extension thereof, agreed by the bidder. However, changes in statutory taxes & duties [other than GST] will be adjusted (within the scheduled completion period), based on documentary evidence.

5.13.7 The Bidder should clearly understand that they shall be strictly required to conform to all terms & conditions of the instant Bidding Documents [considering all addenda / corrigenda (if any) issued], as contained in each of its clauses and plea of “Customs Prevailing” will not be, in any case, admitted as excuse on their part, for infringing any of the terms & conditions.

No request for change or variation in rates or terms & conditions of the contract shall be entertained on the ground that the successful Bidder has not understood the work envisaged in the instant contract.

5.14 Currencies of Bid

The Bidders should quote the prices in Indian Rupees (Rs) only.

5.15 Period of validity of bids

5.15.1 Bids shall remain valid for the period of 120 days after the bid submission deadline date (considering extension thereof, if any) as prescribed in ITB. A bid, valid for a shorter period, shall be rejected by KoPT, treating the same as non-responsive.

5.15.2 In exceptional circumstances, prior to the expiration of the bid validity period, KoPT may request the bidders to extend the period of validity of

Page 24: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

22

their bids. The request and the responses shall be made in writing.

A Bidder may refuse the request, without forfeiting their Earnest Money Deposit (EMD). A Bidder granting the request shall not be required or permitted to modify its bid, except when option to do the same has been specifically granted by KoPT, in writing.

5.16 Earnest Money Deposit (EMD) 5.16.1 The intending bidders should deposit an amount specified in the Schedule

of Tender (SoT), as Earnest Money Deposit (EMD), in accordance with the procedure mentioned therein.

5.16.2 Failing to deposit the Earnest Money, in accordance with ITB, shall be rejected by the Employer (KoPT), treating the same as non-responsive.

For exemption of EMD the bidder is required to upload the scanned copy of the certificate from MSME / Micro & Small Enterprises (MSEs) / DIC / SSI / National Small Industries Corporation (NSIC) or any empowered Central / State Govt. authority.

5.16.3 Refund of Earnest Money Deposit:

Earnest Money Deposit of the successful bidder shall be retained by KoPT and Earnest Money Deposit of the unsuccessful bidders [including the bidder(s) whose Price Bid would not be opened in line with ITB] shall be refunded, without interest, within 2 (two) months from the date of opening of Price Bids or on finalization/acceptance of tender, whichever is earlier.

In case the bid of the successful bidder is found acceptable to KoPT and contract is awarded with them, the Earnest Money Deposit of the successful bidder (Contractor) shall be retained by KoPT till submission of Performance Guarantee / Security Deposit (in accordance with ITB) and signing of the Contract Agreement by KoPT and the Contractor (in accordance with ITB), and shall be refunded thereafter.

In case, the successful bid is not found acceptable to KoPT, Earnest Money Deposit of the successful bidder shall be refunded after the decision, in this regard, is finalized by KoPT.

5.16.4 No interest shall be payable on the account of Earnest Money Deposit in any case.

5.16.5 Forfeiture of Earnest Money Deposit :

The EMD may be forfeited

(a) if a Bidder withdraws their offer within the validity period of the bid / offer; and / or, alters / amends any terms and / or condition and / or quoted rate(s), within the validity period of the offer (excepting when option to do the same has been specifically granted by Kolkata Port Trust , Haldia Dock Complex in writing) making it unacceptable to the Kolkata Port Trust , Haldia Dock Complex;

or,

(b) if the successful bidder,

i) fails to submit the Performance Guarantee / Security Deposit (as per SCC ) for the specified sum and in the specified form, within the stipulated time;

Page 25: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

23

and / or,

ii) fails to carry out the work or to perform / observe any of the conditions of the contract,

For the purpose of this provision, the validity period (of the bid / offer) shall include any / all extension thereof, agreed by the Bidder in writing. KoPT shall also be at liberty to deduct any of their dues from Earnest Money. It should be however be clearly understood that in case of any default in any terms and or condition of the contract after placement of order but before submission of Performance Guarantee / Security Deposit (as per SCC), the same shall be dealt with in accordance with the relevant provisions of contract, including forfeiture of Earnest Money.

D. SUBMISSION OF BIDS AND OPENING OF BIDS (EXCEPT PRICE BID) 5.17 Submission of bids

5.17.1 Bidders shall have to submit their bids [both Pre-qualification & Techno-commercial Bid and Price Bid] on-line through MSTC portal only.

5.17.2 The Bidder should submit (upload) the scanned copies of all the relevant and required documents, statements, filled up formats, certificates, etc. [in accordance with ITB], in the aforesaid portal, in support of their Pr-qualification Criteria and Techno-commercial Bid.

5.17.3 Before scanning the aforesaid documents, all pages are to be signed by a person duly authorised to sign on behalf of the bidder, pursuant to ITB, and are to be embossed with their official seal, owing responsibility for their correctness / authenticity. All pages of the aforesaid documents should be serially marked.

5.17.4 Any inter-lineation, erasures, or overwriting, in the aforesaid scanned & uploaded documents, shall be valid only if they are signed by the aforesaid authorised person.

5.17.5 The Bidder will have to produce the original documents or any additional documents, if asked for, to satisfy Haldia Dock Complex, Kolkata Port Trust.

5.17.6 The Price Bid comprised the prices only and the same are to be submitted electronically, through the website of MSTC Ltd. only. No hardcopy of priced “Price Schedule” is reuired to be uploaded.

5.18 Techno-commercial offer 5.18.1 No techno-commercial deviation and variation will be considered by KoPT,

except where the Techno-commercial terms and conditions, will be found as impossible and irrelevant to the bidder.

5.18.2 If the Bidder deliberately gives wrong information or conceals any information / fact in their bid, which shall be favourable for acceptance of their bid, fraudulently, then the right to reject such bid at any stage of execution, without any financial liability, is reserved by KoPT.

5.19 Priced offer The Bidder should quote the offered rate appropriately in the PRICE BID,

electronically, through the website of MSTC Ltd. only. Price indicated anywhere else, in any other form or manner, would not be considered for evaluation of Price Bid.

Page 26: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

24

5.20 Deadline for submission of bids

5.20.1 Bids must be submitted within the closing date & time indicated in the Schedule Of Tender (SOT).

5.20.2 KoPT may, at its discretion, extend the deadline for the submission of bids, prior to the closing date & time of e-Tendering, by amending the Bidding Documents, in accordance with ITB, in which case all rights and obligations of KoPT and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

5.21 Late Bids

This e-Procurement System would not allow any late submission of bid, after the closing date & time, as per the Schedule Of Tender (SOT) or extension, if any.

5.22 Withdrawal of bids 5.22.1 A Bidder may withdraw, substitute, or modify their bid on the e-

Procurement System, before the closing date and time specified, but not beyond.

5.22.2 No bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the bidder on the “FORM OF TENDER [for Techno-commercial (un-priced) Bid].” Or any extension thereof. Modification / Withdrawal of the bid sent through any other means shall not be considered by KoPT.

5.22.3 Withdrawal of bid during the interval between such closing time on due date and expiring of the bid validity period, may result in forfeiture of EMD in accordance with ITB.

5.23 Bid opening [except Price Bid]

5.23.1 The bids [except Price Bids], will be opened at the date & time, indicated in the Schedule Of Tender (SOT).

5.23.2 The on-line bid-opening event may be viewed by the bidders at their remote end, by logging on to the e-Procurement System. A copy of the bid opening record shall be made available on the e-Procurement System.

E. EVALUATION OF BIDS

5.24 Confidentiality 5.24.1 Information relating to the evaluation of bids and recommendation of

contract award shall not be disclosed to bidders or any other persons not officially concerned with such process until publication of the contract award.

5.24.2 Any attempt by a Bidder to influence KoPT in the examination, evaluation and comparison of the bids, or contract award decisions may result in the rejection of their bid and forfeiture of EMD.

5.24.3 Notwithstanding ITB Clause No. 5.24.2, from the time of bid opening to the time of contract award, if any Bidder wishes to contact KoPT on any matter related to the bidding process, they should do so in writing.

5.25 Clarification of bids To assist in examination, evaluation & comparison of the bids and qualification of the

bidders, the Employer (KoPT) may, at their discretion, ask any bidder for a

Page 27: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

25

clarification of their bid. The Employer (KoPT) may also ask any bidder to withdraw any terms/conditions mentioned by them in their offer, which are not in conformity with the terms & conditions specified in the bidding documents. In case any bidder fails to submit required clarification within the time stipulated by the Employer (KoPT), in this regard, the tender would be processed in absence of the clarifications, which may result in disqualification of the corresponding bidder for the instant tender. Any clarification submitted by a bidder, which is not in response to a request by the Employer (KoPT), shall not be considered. The Employer’s (KoPT’s) request for clarification and the response shall be in writing.

No change in the prices or substance of the bid shall be sought, offered or permitted, nor will the bidder be permitted to withdraw their bid before expiry of the validity period of the bid.

5.26 Deviations, reservations and omissions

During the evaluation of bids, the following definitions apply:

(a) “Deviation” is a departure from the requirements specified in the bidding documents ;

(b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the bidding documents ; and

(c) “Omission” is the failure to submit part or all of the information or documentation required in the bidding documents.

5.27 Responsiveness of bids 5.27.1 Responsiveness of a bid would be determined on the basis of the contents

of the bid itself, and clarification(s) in accordance with ITB. 5.27.2 A substantially responsive bid is one that meets the requirements of the

Bidding Documents without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that,

(a) if accepted, would

i) affect in any substantial way the scope, quality, or performance of the work specified in the Contract; or

ii) limit in any substantial way, inconsistent with the Bidding Documents, KoPT’s rights or the bidder’s obligations under the proposed contract; or

(b) if rectified, would unfairly affect the competitive position of other bidders presenting substantially responsive bids.

5.27.3 Bidders shall not contain the following information / conditions to consider them responsive :

(a) Either direct or indirect reference leading to reveal the prices of the bids in the Techno-commercial offers;

(b) Adjustable prices, other than the provisions stated in ITB.

5.27.4 If a bid is not substantially responsive to the requirements of the bidding documents, it shall be rejected by KoPT and may not subsequently be made responsive by the bidder, by correction of the material deviation, reservation, or omission.

5.28 Nonconformities, errors and omissions

Page 28: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

26

5.28.1 During examination, evaluation & comparison of the bids and qualification of the bidders, the Employer (KoPT) may, at their discretion, ask any bidder for submitting any document(s) [in case of shortfall in required documents (relating to capacity or otherwise)]. In case any bidder fails to submit required documents within the time stipulated by the Employer (KoPT), in this regard, the tender would be processed in absence of the documents, which may result in disqualification of the corresponding bidder for the instant tender.

Any document submitted by a bidder, which is not in response to a request by the Employer (KoPT), shall not be considered. The Employer’s (KoPT’s) request for submission of further document(s) shall be in writing.

5.28.2 KoPT shall examine the bids [including the further documents / clarifictions received in accordance with ITB] to confirm that all documents requested in ITB have been provided and to determine the completeness of each document submitted.

5.28.3 Provided that a bid is substantially responsive, KoPT may waive any nonconformities or omissions in the bid that do not constitute a material deviation.

5.29 Examination of Pre-qualification Criteria 5.29.1 At first, the contents of the documents, submitted in support of the Pre-

qualification Criteria [including the further documents / clarifications received in accordance with ITB] will be scrutinized and evaluated.

5.29.2 KoPT may, at their discretion, seek any other detail(s)/document(s), in subsequent course, to ascertain and get confirmed about the competence of the bidder. In case any bidder fails to submit required detail(s)/document(s) within the time stipulated by the Employer (KoPT), in this regard, the tender would be processed in absence of the documents, which may result in disqualification of the corresponding bidder for the instant tender. While evaluating Pre-qualification Criteria, regard would be paid to National Defence and Security considerations of the Indian Government.

5.29.3 In case it is found that the Pre-qualification Criteria has not been fulfilled by the bidder or otherwise their participation has not been found acceptable to KoPT, the respective bid will be treated as non-responsive and “Price Bid” of the respective Bidder will not be considered further.

5.30 Examination of Techno-commercial offer 5.30.1 After scrutiny of the Pre-qualification Criteria, Techno-commercial Bids

of the Pre-qualified bidders [as indicated above] will be scrutinized & evaluated.

5.30.2 KoPT shall examine the bid to confirm that all terms and conditions specified in the Technical Specification (Section VI), GCC (Section VII) and SCC (Section VIII) have been accepted by the bidder without any material deviation or reservation or omission.

5.30.3 If on examination of the “Techno-commercial Bid” of pre-qualified bidders, it is found that they have not accepted all Techno-commercial terms & conditions of the Bidding Documents [considering all addenda / corrigenda, issued], “Price Bid” part of such bidder(s) will not be opened. “Price Bid” part of other bidder(s) will be opened subsequently as per procedure. Decision of KoPT on this matter shall be final.

Page 29: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

27

5.31 Opening of Price Bid

PRICE BIDs of the bidders, who qualifies in the “Pre-qualification & Techno-commercial Bid”, will be opened on a later date, upon due intimation to the concerned bidders at their address furnished by them in their bid. The on-line price-bid opening event may be viewed by the bidders at their remote end, by logging on to the e-Procurement System. A copy of the price-bid opening record shall be made available on the e-Procurement System

5.32 Comparison & Evaluation of Price-Bid and selection of Successful Bidder 5.32.1 While evaluating the Price Bids, the Price quoted by the Bidders against all

items of the Price Schedule shall be taken into account and the TOTAL PRICE, which would be arrived at, by adding quoted prices of all items of the Price Schedule, will be considered for evaluation. Selection of the successful bidder will be made on the basis of the “lowest TOTAL PRICE” thus arrived.

5.32.2 In case it is found that the quoted “TOTAL PRICE” is same for two or more bidders and their bids become the lowest, the respective bidders will be given chance to submit their fresh Price Bid, subject to the condition that the fresh rate so quoted must be less than the rate quoted by the respective bidders earlier. Selection of the successful bidder will be made on the basis of the revised “lowest TOTAL PRICE” thus obtained.

5.32.3 The total prices will be evaluated based on price quoted at Part A and Part B.

5.33 KoPT’s right to accept any bid and to reject any or all bids

5.33.1 KoPT reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to Bidders.

F. AWARD OF CONTRACT

5.34 Subject to ITB Clause No. 5.33.1, KoPT shall award the contract to the Bidder whose offer has been determined to be the lowest evaluated bid [as per ITB Clause No. 5.32] and is substantially responsive to the Bidding Documents.

5.35 Notification of award

Prior to the expiration of the period of bid validity or extended validity in accordance with ITB, KoPT shall notify the Successful Bidder, in writing, that their bid has been accepted. The notification letter (hereinafter called the “Letter of Acceptance”) will be treated as “Order Letter” and will constitute the formation of the contract. Such order letter shall specify the “Contract Price” in line with SCC Clause No. 11.1.4 a).

5.36 Signing of contract agreement

5.36.1 After placement of order, contract agreement [as per the form furnished in Section- XI] should be executed between Kolkata Port Trust and the Contractor (Successful Bidder). In this respect, within a week of receipt of intimation regarding acceptance of their bid, the successful bidder shall have to submit, at their cost, required Stamp Paper [Non-judicial Stamp Paper of worth not less than Rs. 50.00] & dummy papers (for three sets).

Immediately after receipt of the above papers & documents, KoPT will send three sets of contract agreement form [one set printed on Stamp Paper & dummy papers and two sets printed on dummy papers], photocopy

Page 30: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

28

of one set of documentary transactions between them and KoPT (till finalisation & award of the Contract) and Contract Documents [incorporating all accepted changes and addenda / corrigenda issued, if any], duly signed by the representative of KoPT at appropriate places on each pages.

Within a week, thereafter, the Contractor (Successful Bidder) shall have to return Contract Agreement forms (three sets) [after affixing their common seal], the set of documentary transactions and Contract Documents, duly signed by them at appropriate places on each page.

5.36.2 The contract agreement form & Contract Documents should be signed by the authorized persons of the Contractor, authorized in this respect.

5.36.3 After receipt of the contract agreement forms (three sets), duly signed by authorised person of KoPT & authorized person of the Contractor (Successful Bidder), the same shall be kept under KoPT’s custody, after affixing the Common Seal of KoPT.

One copy of such executed contract agreement (on dummy paper), along with one photocopy of signed documentary transactions and Contract Documents will be handed over to the Contractor for their record & future reference.

5.36.4 Until such contract agreement is executed, the other documents referred to the definition of the term “Contract” [GCC Clause], shall collectively be the contract.

5.37 Performance Guarantee / Security Deposit

5.37.1 Within twenty-eight (28) days of issuance of “Letter of Acceptance” by KoPT, the Successful Bidder shall provide the Performance Bank Guarantee in accordance with the Special Conditions of Contract, using the form furnished in Section XI.

5.37.2 Failure of the successful bidder to submit the above-mentioned Bank Guarantee for Performance Guarantee / Security Deposit or sign the contract agreement shall constitute sufficient grounds for the annulment of the award and forfeiture of the EMD in accordance with ITB.

5.37.3 All costs, charges & expenses, including Stamp Duty, shall be borne by the Successful Bidder.

5.37.4 No interest / charge, of whatsoever nature, shall be paid by KoPT on the amount of Performance Guarantee / Security Deposit, held by them (as per SCC) at any stage.

Page 31: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

29

SECTION – VI

TECHNICAL SPECIFICATION

1.0 GENERAL

1. The works will be executed to comply with the General Specifications for Electrical works and conforming to the Indian Electricity Act & rules, BIS & direction of Engineer.

2. The work will be executed as per general arrangement drawing and detailed fabrication

drawings duly approved by the Engineer. The various items of equipment will be ordered only after the drawings are approved and quantities in detail of various items are ascertained as per actual requirements. Therefore the actual quantities / measurement may vary from the stipulated quantities, which are only estimate.

3. The contractor/agency will engage suitable qualified/experienced/ licensed engineering

supervisor for the work and suitable skilled personnel with required license for doing the erection work. Required special tools to be operated in the execution of the job.

4. The work will be performed as per the day to day instruction and approval of the engineer.

All materials/ equipment will be used after taking approval of the Engineer.

5. Equipment will be duly inspected in the manufacturer’s works / premises by TPI AGENCY

before dispatch to the site.

6. The work will be executed as per the programme of completion of the project. The delivery

& erection schedule of various materials/ equipment will be as per approval of Engineer.

7. The contractor holds responsibility for the entire job as per relevant specifications. If any

item is left out within the schedule of work but if it is considered essential for the completion of the job, the contractor has to carry out the items as extra substituted item.

8. The contractor shall have to make arrangements, at his own risk and cost, for transportation

of materials from the point of issue of stores to site of work, if any.

9. The contractor shall ensure that the staff employed by him for execution of the electrical

work, possess the valid electrical license issued by competent authority. Consequences arising due to the default of the contractor in not complying with the above condition shall be the entire responsibility of the contractor.

10. All concealed work and earthing shall be done in the presence of the Engineer-in-charge or

his authorized representative.

Page 32: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

30

11. The schematic diagram/dimensional drawings of the various electrical cubical panels shall

be got approved from the Engineer-in-charge before fabrication and shall comply with specifications and Indian Electricity Rules. The panels shall conform to IS: 8623/1993.

12. All panels/DB shall be suitable for 45ºC ambient temperature.

13. The MCB shall be of the same make as that of MCB DB’s. Contractor shall obtain approval

of the Engineer-in-charge before procurement of MCB DB’s. All DB’s shall be double door type confirming to minimum IP-54 degree of protection.

14. Miniature Circuit Breaker shall comply with IS –8828-1996 / IEC 898.Miniature Circuit

Breakers shall be quick make and break type for 230 / 415 V A.C., 50Hz application with magnetic thermal release for over current and short circuit protection. The breaking capacity shall not be less than 10KA at 415V A.C. The MCB shall be DIN mounted. The MCB shall be current limiting type (Class – 3).

15. MCB shall be as per their tripping characteristics curves defined by the manufacturer The

MCB shall have the minimum power loss (watts) per pole defined as per the IS / IEC and the manufacturer shall publish the values.

16. The MCB housing shall be heat resistant and having high impact strength. The terminal

shall be protected against finger contact to IP20 degree of protection.

17. All model of modular accessories required for the work shall be got approved from the

Engineer-in-charge among the approved makes. The base plate shall be preferably in sheet steel or otherwise in unbreakable polycarbonate. The cover plates shall be screw less type in shade approved by the Engineer. The GI box shall be of the same make as the modular accessories.

18. Contractor shall have to check the site order Book for any instructions of Engineer-in-

charge or his authorized representative and sign the site order book. He shall be bound to ensure compliance with the instructions recorded there in.

19. All the MCCB’s shall have microprocessor based trip unit for reliable protection and

accurate measurement. The rated Service breaking capacity (kArms) shall be 100% of Ultimate breaking capacity (kArms). All MCCB’s shall be current limiting type with features as per relevant IS codes and specification.There has to be total discrimination between the incoming and outgoing MCCB’s and MCB’s, as required, at the MDB’s and DB’s level.

20. MCCB’s shall be used with rotary handle and terminal spreaders and all terminals shall be

shrouded to avoid direct contact.

Page 33: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

31

21. All measuring CT’s, unless otherwise specified shall be cast resin CT’s with class 0.5 accuracy. All digital measuring meter shall be with class 0.5 accuracy unless specified otherwise.

22. Mechanical Castle key interlock shall be provided among the incomer MCCB’s, wherever,

as applicable, two different incomer sources are provided in the panel as per the directions of the Engineer. The same is deemed included in the scope of work.

23. All measuring and indicating instruments shall be protected through MCB’s of 0.5 Amps

rating.

24. General arrangement drawing of the switchboard, LT/HT switchgear shall be approved by

the Engineer before commencement of manufacturing.

25. Conduit layout as per switching arrangement shall be prepared by contractor and got

approved from the Engineer-in-Charge before slab casting. At all expansion joints in the building suitable arrangement shall be ensured during conduiting.

26. Ratings, sizes and quantities shall be checked and considered for satisfactory operation of

electrical system complete in all respect.

27. Conduits, Switchboards, Sockets to be provided on walls shall be open type unless

specifically approved by Engineer.

28. Conduits on ceiling in existing system may be provided on surface and in new construction

shall be open type.

29. All measuring and indicating instruments shall be protected through MCB’s and isolating

switches.

30. Breaker shall have LCD display to show the metering and protection parameters.

31. Equipments are to be inspected in the respective manufacturer works before dispatch and

test reports as applicable as per BIS standards shall be provided for each equipment to Third Party Inspection (TPI AGENCY) Agency. The TPI AGENCY is appointed by the port and cost of TPI AGENCY is borne by the Port.

32. The firm shall deploy only licensed personnel as required under IE Rules, for execution of

the electrical works. The firm shall be liable to submit the list of such personnel along with the attested copy of the licenses at the time of execution.

33. It is important that every equipment is tested fully before dispatch.

Page 34: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

32

34. All materials for the work shall be supplied from approved list of manufacturer and any

item, not covered in approved list, shall be supplied after getting approval from Engineer-in-charge or his authorized representative.

35. Any materials brought for work which is not matching with specification will be rejected

and the rejected materials shall be removed from site on the same day.

36. All fees payable to concerned authorities and other local bodies if any shall be paid by the

contractors.

37. Any part or whole of the system which requires approval of the Central Electricity

Authority, or any other statutory body, should be arranged by the Contractor at his cost. It is the responsibility of the Contractor to submit the system drawings with all details to the Electrical Inspectorate and obtain their approval.

38. Contractor shall obtain permit/approval from concerned authorities before commencement

of work. All documents/drawings required for such permit/approval shall be prepared by the contractor.

39. Contractor shall have a valid “A” class electrical contract licence with HT installation issued

by appropriate authorities.

40. Test certificates both type test and routine tests wherever required shall be furnished along

with supply for all Electrical/Mechanical items.

41. Inspection / acceptance, in no way shall absolve the contractor from supplying material as

per standards / codes and warranty or other obligations under the contract.

42. The contractor shall arrange the testing/measuring equipment by own cost to carry out pre-

commissioning test of all equipment at site as per IER.

43. All electrical works shall be tested by the contractor in the presence of TPI AGENCY and to

the entire satisfaction as per IE Rules.

44. Data to be furnished by the bidder after award of order

a) The contractor shall submit detail shop/fabrication/layout drawings for Package substation, cables, trench, High Mast, Feeder Pillar Boxes, Load Point Panels, Luminaire etc.

b) Five Set of copies of installation, operation and maintenance manuals, descriptive bulletins etc, shall be furnished prior to / at the time of despatch of all materials. Manuals shall include the following aspects:

Page 35: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

33

i) Outline dimension drawing showing relevant cross sectional views,

earthing details and constructional features including foundation drawing.

ii) Rated voltage, current, duty cycle and all other technical information which may be necessary for correct operation of the switchgear.

iii) Storage details for prolonged duration. iv) Unpacking. v) Handling at site. vi) Erection vii) Pre-commissioning test. viii) Operating procedure. ix) Maintenance procedures. x) Precaution to be taken during operation and maintenance work.

c) Test Certificates The contractor supply equipments from the Manufacturers, who are having type test certificate issued by CPRI / ERDA. Also, the contractor shall furnish the type test certificate issued by CPRI / ERDA to the manufacturers of similar rating during approval of above equipments.

d) On completion of work the contractor shall submit all drawings, manuals and test certificates, etc. for all equipment / materials ordered and as specified by the Engineer.

2.0 SCOPE OF WORK

(a) Electrical Works (Supply, Delivery, Installation, and Testing & Commissioning) at Intake sub-station.

1) 33kV, 800A, VCB PCVCB (1Sets). 2) Control relay Panel(1Set) 3) 3 Nos. 33 kV, Outdoor Single phase Current Transformer.

4) 3 Nos. 33 kV, Outdoor Single phase Potential Transformer. 5) 2 Nos. 33 kV, 800A Gang Isolator.

6) 2.5’’ Aluminium IPS Bus Bar.

7) Lattice type mounting structure for above equipments.

8) 30V Battery Bank and battery chargers for Control supply of PCVCB.

Page 36: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

34

9) Earthing of all equipment at Yard and sub-station mentioned above.

(b) Electrical Works (Supply, Delivery, Installation, and Testing & Commissioning) UG Cable and Overhead Line from Intake sub-station to GC Berth sub-station.

1) 33kV (E) XLPE, 3C X 120Sq.mm., Screened, Aluminium, armoured cables along

with straight through and heat shrinkable cable end terminations (2Runs).

i) From 33kV Gang Isolator at Intake sub-station to be erected to 33kV, four pole Rail structure to be erected near Chiranjibpur fire station (2Runs).

ii) From 33kV, four pole Rail structure to be erected near GC Berth Main

gate, Permit office to GC Berth sub-station(33KVPanel) (1Runs).

2) 33kV Double circuit, ACSR Dog conductor, Overhead Line connecting between

four pole Rail structures near Chiranjibpur fire station to GC Berth Main gate, near Permit office.

Used /2nd hand Rail poles in requisite quantity and size would be supplied by HDC, KoPT. However contractor shall arrange to transport Rail poles to site from stores of HDC.

3) Dismantling of existing 11KV Overhead Line (Single circuit Panther Conductor) and transporting dismantled items i.e. Rail pole, ACSR Conductors, Insulators etc. to site store of HDC. (Approx.300Mtrs. span).

(c) Electrical Works (Supply, Delivery, Installation, and Testing & Commissioning) at GC Berth sub-

station. 1) 33kV, 1250A, VCB Panels (4 Panel). 2) 1 No. 33/3.3 kV, 6MVA Oil type Transformer.

3) 3.3kV, 1250A, VCB Panels (2 Sets).

4) 33kV (E) XLPE, 3C x 120 Sq.mm., Screened, Aluminium, armoured cables along

with heat shrinkable cable end terminations. (From newly supplied 33kV VCB Panel to newly supplied 33/3.3kV, 6MVA transformer as mentioned above (2 Run of 3C x 120 Sq.mm.).

5) 3.3kV (UE) XLPE, 1C X 1000 Sq.mm., Screened, Aluminium, armoured cables

along with heat shrinkable cable end terminations.(From newly supplied 3.3kV VCB Panel to newly supplied 33/3.3kV, 6MVA transformer as mentioned above (4 Run of 1C x 1000 Sq.mm.).

6) 30V Battery Bank and battery chargers for Control supply of HT Panel. 7) Earthing of all equipments.

Page 37: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

35

(d) Civil Works

1) Design & Construction of RCC Cable trench from 33kV Gang isolator at Intake

sub-station to out going cable trench with in sub-station premises. Design drawing shall be submitted before commencement of construction for approval.

2) Design & Construction of PCC foundation for Rail pole structures for ACSR

Dog conductor line. Design drawing shall be submitted before commencement of construction for approval.

3) Design & Construction of RCC Foundation for PCVCB, Isolators, PTs and CTs at Intake sub-station.

4) Design & Construction of RCC Foundation for 6MVA transformer at GC Berth

sub-station

(e) Salient Points.

a. Equipment installation layout shall be submitted by the contractor before erection of equipment at site after approval by HDC, KoPT. Contractor shall arrange for all necessary means to erection / installation equipments as per manufacturer’s guidelines.

b. Laying of cables, cable end termination and straight through joints with the cables are to be executed by a Cable Jointer (having valid Electrical Workman’s Permit, authorised for 33,000 Volts grade Cable laying and jointing, by the competent authority), under continuous supervision of the Contractor’s Engineers/ Supervisors, holding certificate of competency.

c. Obtaining necessary clearance/permission for Road Crossing/ Railway Track Line

Crossing/Utility crossing need to be obtained from National Highway Authority of India (NHAI)/Haldia Development Authority (I)/ South Eastern Railway (SER)/ Indian Oil Corporation Ltd. (IOC Ltd.) is in the scope of the contractor.

However, clearance for Road Crossing/ Railway Track Line crossing under the jurisdiction of HDC, KoPT would be given by competent authority of HDC.

d. Programme for Road Crossing, Railway Track Line Crossing wherever required (for Casing Pipe laying etc.), shall have to be coordinated

Through the authorized representative of the South Eastern Railway (SER)/ National Highway Authority of India (NHAI)/Haldia Development Authority(I) in advance, for having due clearance of blockage of Road/ Rail [for non Port Railway Track/ Road]

Through the authorized representative of the General Manager (Engg), HDC in advance,

for having due clearance of blockage of Road/ Rail. Such clearance will be given within 7 (seven) days from the date of receipt of request from the contractor.

In case of Road Crossing, 50 % of the road width should be kept open for vehicular traffic movement. All roads so cut for the work, should be made good immediately after the purpose of road cutting is fulfilled.

Page 38: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

36

e. During execution of the work, if any damage takes place in the existing utility, the same will have

to be mended good by the contractor, at their risk, cost and arrangement. Otherwise, the same will be repaired/ replaced by HDC, either departmentally or through outside agency and the cost of repairing/ replacement will be recovered from the contractor, with departmental charges.

f. The lengths of Reinforced Concrete Pipes, Galvanised Mild Steel Tubes, lengths of cable run

through existing duct/ trench/ tunnel/ laid pipe/ installed cable tray inside the existing tunnel etc., as given in the Bill of Quantities are indicative only. The contractor shall have to ascertain the exact quantity and execute the work accordingly.

g. For the purpose of application (by HDC, KoPT) for obtaining necessary approval/ clearance from

the Regional Inspectorial Organization, Central Electricity Authority / Statutory Authority, the contractor would have to submit/ deposit required documents, drawings, test certificates/ reports etc. to HDC, KoPT. The contractor along with the required documents, drawings, test certificates/ reports etc. would also have to be present during inspection by the Regional Inspectorial Organization, Central Electricity Authority / Statutory Authority.

h. The contractor should clearly understand that though the application would be made by HDC,

KoPT to the Regional Inspectorial Organization, Central Electricity Authority / Statutory Authority, for obtaining necessary approval/ clearance from them, it is the responsibility of the contractor concerned to obtain the approval/ clearance from the Regional Inspectorial Organization, Central Electricity Authority / Statutory Authority against the work executed by the contractor.

3.0 INTAKE SUB-STATION.

Scope of the contractor is to design, supply, erect, test and commission all switchgears in the existing 33KV bay of Intake sub-station of HDC, KoPT. Existing Isolator No.1/15 in 33KV Bay shall be utilised for bus changeover. A tentative equipment layout of station is enclosed for reference.

3.1 33KV Porcelain Clad Vacuum Circuit Breaker A TYPE

i. Outdoor type Vaccum Circuit Breaker suitable for installation in open yard and in heavily polluted environment.

ii. Three identical single pole units linked together for simultaneous operation, complete with supporting frames and tie-rods.

iii. Capable of interrupting small inductive currents caused by switching of unloaded transformers and low capacitive current without causing undue over-voltage.

iv. The circuit breaker is to be supplied complete with its control and relay panel.

B OUTDOOR APPLICATION:

Vacuum circuit breaker for outdoor application shall be fixed type of construction and the vacuum interrupter units together with the HV connections shall be enclosed in a sealed

Page 39: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

37

housing (preferably of porcelain) conforming to IP- 65 protection (IS: 2147). The operating mechanism, links, etc. shall be housed in a suitable cubicle and should be accessible for maintenance. The indicators and operating handle etc. shall be provided on the front side with a hinged door and locking device. The door shall open upwards (with hinge at the top) for protection against rain (when in open position).

C TECHNICAL PARTICULARS:

Item Description Technical Particulars Standards IEC 56 –1 through 6, 1987 Nominal system voltage 33kV Highest system voltage 36kV BIL 170kVp Power Frequency withstand voltage 70 kV rms Rated frequency 50Hz Rated continuous current 800A Closing mechanism Electrical spring charging

With 230 V AC motor and local manual closing.

a. Closing coil/tripping coil (2 nos.) b. No. of Poles

30V D.C. 3

Short time current rating (3 secs) 31.5kA Symmetrical short circuit withstand capacity

78.75kA

Capacitive current break capability Shall be suitable for breaking capacitive current equivalent to rated current.

Temperature rise Not to exceed 550C above ambient temp. of 500C.

Operating duty 0-3 min. CO-3 min.-CO Dead time of breaker Adjustable from 0.3 sec. to 15 sec. Total break time for any current up to the rated breaking current measured from the instant of trip coil energisation

Less than 3 cycles

First pole to clear factor 1.3 Whether breaker is intended for rapid re – closing

Yes

Latching requiremnt Trip free System neutral Solidly earthed Min. creeping distance 25mm/kV

Control supply voltage 30V D.C. Auxiliary, contacts with each circuit breaker

6NO+6NC

Accessories Interchangeable at site Type tests for performance verification As per standards

D Bushings

- Equalized electrical stress internally and over the bushings surface. - Free from radio interference. - Provision for operation over normal operating temperature range. - Leak – proof magnetic indicator at the top of the bushing to indicate oil level at all times. - Bushing with combination potential and power transformer test cap.

Page 40: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

38

E Operating Mechanism Electrically / Manually operated mechanism. Breaker shall be provided with trip free

mechanism. It shall be suitable for remote control from the control room. The operating mechanism shall be of spring charging type by electrical control under normal

conditions. The mechanism shall be trip free electrically and mechanically. The motor for spring charging shall be suitable for operation on 230 V AC supply and shall

have overload protection. A local control switch with locking arrangement shall be provided for each breaker for local

operating i.e. tripping and closing during maintenance, test etc. Trip/Normal/Close control switch shall be at remote & ON – OFF push button &

Local/Remote selector switch shall be provided to be in mechanism cabinet. Interlocking shall be provided so as to prevent operation of breaker from remote position with

selector switch in local position. Also facilities for remote indication of breaker “Open / Closed” position shall be visible in

control room. Each breaker shall have ON / OFF indication lamps along with a mechanical “Open / Closed”

position indicator visible to operating personnel standing in front of cubicle with the mechanism cabinet closed.

An operation counter for each breaker shall be provided. Provision of connecting oscillograph recorder to measure the operation timings of the

breaker. Provision of anti – pumping relay to prevent repetitive operations of breaker due to high-

speed operation on release of the control switch. Two nos. of trip and one no. of close coils. Cabinet for operating mechanism and its accessories shall be as of IP – 55 protection with

padlocking facility. Cabinet shall be simplex type, all equipment mounted on front side and wiring on back in proper wire ways.

Panel illumination and anti-condensation heater shall be provided in the local and remote control panel with load break fuse switch and thermostat. It shall house relays for control & interlocking as per scheme requirement. Panel illumination shall be provided with door switch.

Closing circuit to operate satisfactorily from 70% to 110% of the rated control voltage and tripping from 50% to 110% of the rated voltage.

F INTERLOCKS: Opening or closing of the isolator / disconnecting switch shall be prevented when the breaker

is in closed position. G TERMINAL CONNECTIONS:

- Shall be suitable for 2.5” aluminium tube. - Shall be suitable for terminal earth connector for earthing connections.

3.2 Indoor Control & Relay Panel :

Control and Relay Panel (associated with outdoor type 33 KV Circuit Breaker, as at Clause No.5.5.1), should be of Floor Mounted, Indoor, Free Standing, Cubical type. The Panel should consist of fabricated Sheet Steel Enclosures [duly painted (both inside and outside)] on the side, front, rear and top. The rear of the Panel should be in the form of lockable hinged flap door. The front of the Panel, which accommodates most of the mountings,

Page 41: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

39

should be fabricated with Sheet Steel of thickness not less than 3 mm. For the rest of the Panel, Sheet Steel of thickness not less than 2.5 mm. should be used.

The Panel should have adequate size and should be completed with wiring, earthing bar, fuses, links, vermin proof fitments, internal panel lighting arrangement (operated by a door switch), space heater, un-drilled Cable Gland Plate, etc. The Panel should be provided with facility for Remote Switching of the 33 KV Outdoor type Vacuum Circuit Breaker and should accommodate the followings :-

a) Relays :

i. I.D.M.T. type, Numerical relay having Over Current & Earth Fault element (element of 5A), with instantaneous unit, shall have event logging features & shall be compatible with SCADA system

ii. Electro- magnetic Type, master trip relay, supply voltage 30V DC.

iii. Electro- magnetic Type, Trip circuit supervision relay.

The Relays should have necessary arrangement for re-setting the Trip Indication from outside of the Relay Cover.

b) Digital Display type Load Manager.

c) Analogue type Voltmeter with Selector Switch

d) Static TRIVECTOR Meter (for measuring Static KWH, Maximum Demand, Frequency, PF, KVAH. KVRH etc.)

e) Static Power Factor Meter

f) Necessary Indication Lamps (LED Type) & Push Buttons

g) Any other equipments considered necessary to make the Panel complete in all respect.

All the above equipments including Relays, Indicating Instruments, etc. should be flush mounted and to be provided on the front side of the Panel.

Mimic Diagram and Symbols showing the exact representation of the system complete with Symbols & Colour Strips to represent the Buses, etc. should be provided in the front of the Control Panel.

A Load Manager & Voltmeter:

The Load Manager should be of digital type and provided with direct reading scale. Accuracy class of Load Manager shall be Class-1.

Voltmeter shall be analogue type with selector switch. The maximum scale value of the Voltmeter should be 50% in excess of the Primary Voltage of the associated Potential Transformers. The rated voltage of the Voltmeter shall be 110 V AC, Accuracy Class 0.5 as per IS: 1248.

B Static TRIVECTOR Meter:

Page 42: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

40

The Technical Specification of the Static TRIVECTOR Meter should be complied with IS: 14697 and following features:-

a) Class of Accuracy : 1.0

b) Frequency : 50 Hz. ± 5%

c) Supply Voltage : 3 Phase, 3 Wire, 110 V

d) Display Panel: Back-lit LCD type

C Indication Lamp:

Indicating Lamp should be of LED type suitable for Panel Mounting with rear terminal connections. Lamp Covers should be of screwed type and translucent to defused light. The Lamp Covers should be coloured as:

“Red” for indicating closed position of the Breakers.

“Green” for indicating opened position of the Breakers.

D Selector Switches:

4 positions (3 way and off) should be provided for Voltmeter. Two sets of Instruction Manuals for Erection, Operation & Maintenance and two sets of Drawings for Equipment Details should be submitted along with the above Control & Relay Panel.

3.3 Current Transformers A Type:

- 33kV outdoor suitable for installation in open yard where no protection against sun, rain and inclement atmospheric conditions exist.

- Oil immersed, nitrogen topped, hermetically sealed type, self-cooled. - Suitable for service in industrial environment.

B Secondary Circuit:

- Knee point voltage, burden, accuracy class shall be decided during detail engineering. - Change in CT ratio shall be independent of primary circuit. - All transformer leads from the multi – ratio current transformers to be carried in a single

conduit to terminal blocks in the mechanisms housing for convenience in changing ratios.

C Technical Particulars: Item Description Technical Particulars Standards Relevant IS / IEC standards. Nominal system voltage 33kV Highest system voltage 36kV BIL 170kVp Power Frequency withstand voltage 70 kV rms Rated frequency 50Hz System neutral connection Solidly earthed Rated continuous current 150/5/5/5. Short time current rating (3 secs) 31.5kA Symmetrical short circuit withstand capacity 78.75kA Class of insulation B Temperature Rise: - Oil top housing (measured by thermometer)

400C

Page 43: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

41

- Winding (measured by resistance method) - oil level guage and pressure relief devices to be provided for all CTs

500C Yes

Mounting on steel structure On steel structure Creepage distance Total Protected

25mm/kV

50% of the total creepage distance Accuracy Class Class – 0.5 Class – 5P20 & PS

Metering Protection

3.4 Voltage Transformers A Type:

- 33kV outdoor suitable for installation in open yard where no protection against sun, rain and inclement atmospheric conditions exist.

- Oil immersed, nitrogen topped, hermetically sealed type, self-cooled. - Suitable for service in industrial environment. - Single phase PT.

Secondary Circuit:

- Burden, accuracy class shall be decided during detail engineering.

B Technical Particulars: Item Description Technical Particulars Standards Relevant IS / IEC standards. Nominal system voltage 33kV Highest system voltage 36kV BIL 170kVp Power Frequency withstand voltage 70 kV rms Rated frequency 50Hz System neutral connection Solidly earthed Ratio 33000/√3 / 110/√3. Short time current rating (3 secs) 31.5kA Symmetrical short circuit withstand capacity 78.75kA Class of insulation B Temperature Rise: - Oil top housing (measured by thermometer) - Winding (measured by resistance method) - oil level guage and pressure relief devices to be provided for all CTs

400C 500C Yes

Mounting on steel structure On steel structure Creepage distance Total Protected

25mm/kV

50% of the total creepage distance Accuracy Class Class – 0.5 Burden

Metering 100VA

Page 44: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

42

3.5 LIGHTNING ARRESTORS

A Type Station class, 10 kA, heavy duty, non-linear resistance, metal oxide type gapless lightning

arrestor for 33 kV system. Self-supporting type in single pole assembly for line to earth connection. Suitable for pedestal mounting, outdoor installation in open yard. Shall be designed to provide maximum protection against overvoltage during switching of

capacitor banks, unloaded transformers and reactors and lightning and switching surges. Las shall be capable of discharging severe switching and lightning surges. The installation shall be complete with line and earth side connections, operation counter,

leakage current indicator and other accessories and devices including guiding rings for improving voltage distribution.

B Constructional Features

The arrestors shall be hermetically sealed type of self-supporting construction and shall be suitable for mounting on concrete or steel structures. They shall have adequate thermal discharge capacity for severe switching surges, long duration surges and multiple strokes.

- The lightning arrestors shall be fitted with pressure relief devices and arc diverting ports suitable for preventing shattering of porcelain housing and providing path for the flow of rated fault current in the event of an failure.

- Arrestors shall incorporate anti – contamination feature to prevent arrestor failure consequent to uneven voltage distribution across the stack, in the event of contamination of the porcelain.

- Seals shall be provided in such a way that these are always effectively maintained even when discharging the maximum lightning current.

- The end fittings shall be made of non – magnetic and corrosion proof material. C Fittings & Accessories

- Arrestors shall be complete with insulating bases having provision for bolting to flat surface of structure.

- Self-contained discharge counters, suitably enclosed for outdoor use and requiring no auxiliary or battery supply for operation, shall be provided for each single pole unit. The cyclometer counters shall be visible through inspection window. The counter terminals shall be robust and of adequate size and shall be so located that incoming & outgoing connections are made minimum possible bends.

- Discharge counters shall be suitable to be mounted on support structure of the arrestors. - The connecting conductor from LA earth terminal to discharge counter incoming terminal

shall be insilauted for a minimum of 4kV. - Grading corona rings shall be provided on each complete arrestor unit as required for proper

stress distribution. D Technical Particulars:-

Item Description Technical Particulars Standards Relevant IS / IEC standards Type Zn0, Gapless Nominal system voltage 33kV Highest system voltage 36kV BIL 170kVp Power Frequency withstand voltage 70 kV rms Rated frequency 50Hz Rated Arrestor voltage 30kV Continuous operating voltage (rms) 24kV System neutral connection Solidly earthed

Page 45: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

43

Front of wave spark over voltage a) Max. spark over voltage. b) Virtual steepness of front rate of rise

150kV peak

300kV/micro – sec. Maximum discharge capacity (4/20 micro – second wave)

100 kA peak

Nominal discharge current for 8/20 micro sec. 10kA peak Long duration discharge class as per IEC-99-4 3 Maximum residual voltage at nominal (peak) discharge current of 10/20 micro sec wave

100 kVP

Maximum steep current impulse (1/20 micro sec.) residual voltage at nominal discharge current

110 kV (peak)

Thermal discharge capacity Shall be adequate for switching surges, long duration surges and multiple strokes (shall be capable of withstanding internal pressure developed due to the above discharge without operation of pressure relief vents).

Creepage Distance (nominal) Suitable for heavily polluted atmosphere 30 mm/kV of highest system voltage

3.6 33kV Isolators / Disconnecting Switches

Application: These are to be used for: i. Breaker isolation/connection on no load ii. Line connection/isolation/ on no load.

A Type & Construction:

Triple pole gang operated suitable for outdoor installation in open yard under the specified site conditions.

Two post type with contacts coming in horizontal plain preffered. Common actuating mechanism for all three poles. Manually operable. Interchangeable single pole units. Clearance between live parts and ground structures, shall be as per the relevant standards. Length of break in full open position shall be such that there is possibility of arc over

from the live parts to the de – energized parts. Switchblades shall be of copper and of one solid piece construction. Inter-phase clearance shall be minimum 3 meters and minimum-mounting height shall

not be less than 3 meters. Speed of operation during opening or closing shall ensure minimum arcing. 33 kV isolator shall be horizontal double break type mounted on structure.

B Making & Interrupting Capability Disconnecting blades shall be capable of carrying rated current continuously as well as

specified short circuit current for the duration indicated without causing mechanical damage to any part under maximum temperature rise without damaging the insulation.

The switches shall be capable of making on to faults specified and withstanding the dynamic stresses involved.

Page 46: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

44

Shall also be suitable for interrupting small inductive and capacitive currents such as those, which occur while disconnecting lines at no – load, bus transfer current or voltage transformers under energized condition.

C Contacts:

a) High-pressure self-aligning adjustable type. b) Contact pressure shall be released before any movement of the blades in the opening

direction takes place and shall be applied after the closing travel is completed. c) Contacts shall be of high-grade high conductivity heat resisting copper and silver-plated. d) Sufficient wiping action to make contacts self cleaning. e) Temperature rise of contacts shall not exceed 550C over the ambient temperature of 500C.

D Operating Mechanism:

a) Operating mechanism and its controls shall be so designed that under no circumstances the travel of the switchblades is interrupted before it reaches the fully closed or open position.

b) Provision for padlocking the mechanisms in either the open or closed position shall be provided.

E Interlocks To be interlocked with associated isolators and circuit breakers through castle key and electrical interlock arrangement.

F Terminal Connections

Shall be provided with high conductivity terminal connecting suitable for tubular / ACSR conductors.

G Technical Particulars

Item Description Technical Particulars Standards Relevant IEC / IS / BIS standards Nominal system voltage 33kV Highest system voltage 36kV BIL 170kVp Power Frequency withstand voltage 70 kV rms Between poles to earth across Isolating distance

195 kV

Rated frequency 50Hz Type Outdoor station type, double break, triple

pole double throw with turn and twist mechanism. Off load, horizontal rotating, with earth switch.

Rated continuous current 800A Short time current rating (3 secs) 31.5kA Symmetrical short circuit withstand capacity

78.75kA

Minimum creep age distance 25mm/kV

Operating mechanism Gang operated, manual. Termination ACSR conductor / 2.5” Al. tubular bus on

Page 47: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

45

both sides Auxiliary contacts 6 NO + 6 NC for isolator

6 NO + 6 NC for earth switch Installation Outdoor or Pole structure with

Padlocking facility Castel key interlock With 33kV CB . Hardware Hardware for isolator mounting and

mechanical operation shall be hot dip galvanized.

Electrical interlock i. With upstream circuit breaker / isolator. Control voltage 30V D.C. Spares required One insulator column. Temperature rise above 500C Not to exceed 550C above ambient temp.

of 500C. Support Structure Hot dip Galvanized Arcing horns To be provided Creepage distance - insulator stack - mechanical forces withstand capacity (minimum)

900 500

3.7 Busbars and Busbar Connections A Bus Work

- The overhead bus bars shall be tubular type comprising tubular luminium conductor. Aluminum tubes shall comprise of hard drawn luminium with luminium 61% IACS conductivity at 20 deg C.

- The temperature of tubular bus conductor shall not exceed 75 deg. C when carrying the specified full load current.

- The jointing sleeves shall be six times the nominal size of the tubes and inner diameter of the sleeve shall fit snugly in the main tube.

- The sizes of the conductors shall be adequate to carry the required continuous current and withstand the thermal and dynamic stresses due to the specified short circuit currents.

- The inside diameter shall have no positive tolerances and outside diameter shall have no negative tolerances.

- Provision shall be provided to take care of expansion & contraction of the bus bars. - The bus bar system shall be supported with fully insulated supports and fastened as to

withstand forces likely to developed by the specified short circuit currents. - Necessary bus supports, jumpers, connectors, insulators, structural work and other hardware

as required shall be supplied with the bus bars to make the installation complete in all respects.

B Technical Particulars:

Item Description Technical Particulars Nominal system voltage 33kV Highest system voltage 36kV BIL 170kVp Power Frequency withstand voltage 70 kV rms Rated frequency 50Hz Short time current rating (3 secs) 31.5kA Symmetrical short circuit withstand capacity 78.75kA Bus conductor 2.5” Al. tube Minimum Clearances

Page 48: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

46

a) Between Phases 915 mm b) Between one phase and earth for rigid connection 610 mm c) Minimum height of any bus bar above ground level of platform where personnel may stand with the gear alive.

To meet site requirements.

3.8 Insulators, Clamps & connectors - Supporting insulators of circuit breakers, disconnecting switches and lighting arresters,

bushing insulators for instrument transformers as well as all post type insulators & string insulator assemblies for supporting bus work shall be made of assemblies for supporting bus work shall be made of best quality porcelain and shall be brown glazed.

- Porcelain shall be homogeneous, free from any limitation, cavities, flaws and other imperfections that might affect the mechanical or dielectric quality and shall be thoroughly vitrified tough and impervious to moisture.

- The glaze shall be uniform shade, smooth, hard and shall completely cover all exposed parts of insulators.

- All insulators shall be suitable for heavily polluted atmosphere and shall be able to withstand the duty requirements of the associated equipment.

- When operating at normal rated voltage, there shall be no electric discharge between the conductors and bushing, which would cause corrosion or injury to conductors, insulators or supports by the formation of substances produced by chemical action.

- No radio interference shall be caused by the insulators / bushings when operating at the normal rated voltage.

- All iron parts shall be hot dip galvanized and all joints shall be air tight. The zinc used for galvanizing shall be grade Zn.99.5

- All current carrying contact surfaces shall be silver-plated. Sliver plating shall not be less than 25microns in thickness.

- The strain insulators shall be of ball and socket type. The socket shall be of malleable cast iron and the pin shall be of steel.

- After machining is completed, the balls and sockets shall be hot dip galvanized. - Ball and socket connections shall be provided with adequately strong retaining pins of

locking devices of suitable material. - Individual units of each string shall be identical and interchangeable and shall be suitable for

forming either suspension or strain strings and shall be so designed as to prevent formation of any defect due to expansion or contraction in porcelain or metal fittings.

- Porcelain shall not engage directly with metal but shall be mounted with suitable non-deteriorating interposing material.

- Tension string assembly as mentioned below shall be supplied along with suitable turnbuckles at one turn buckle per string.

A Technical Particulars Post insulators

Standard : IS 2544 (1973) Rated voltage : 33kV Minimum creepage distance

- Total (mm) : 25mm/kV

- Protected (mm) : 50% of the total creepage distance Rated voltage, kV (rms) : 33kV Impulse withstand voltage,

Page 49: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

47

kV (peak) : 170kV Power frequency withstand

dry test, kV (rms) : 75kV (rms) Power frequency withstand

wet test, kV (rms) : 75kV (rms) Power frequency withstand

puncture test on units : 1.3 time the actual dry flash Over voltage of the unit)

Visible discharge test, kV(rms) : 27kV Disc Insulators

Standard : IS 731 (1993) Type : Fog type insulator Minimum creepage distance

- Total (mm) : 25mm/kV

- Protected (mm) : 50% of the total creepage distance Power frequency withstand

Test voltage Dry (kV) : 75 kV (rms) Wet (kV) : 75 kV (rms)

1.2/50 micro sec. impulse flash over : 170kV(peak)

Puncture voltage (kV) : 1.3 times the actual dry flash over voltage of the unit

Visible discharge test kV(rms) : 27 kV 4.0 33KV DOUBLE CIRCUIT ACSR CONDUCTOR OVERHEAD LINE. The codes and/or standards referred to in the specifications shall govern, in all cases wherever such references are made. In case of a conflict between such codes and/or standards and the specifications, latter shall govern. Such codes and/or standards, referred to shall mean the latest revisions, amendments/changes adopted and published by the relevant agencies unless otherwise indicated. Other internationally accepted standards which ensure equal or better performance than those specified shall also be accepted, subject to prior approval by the owner. In case no reference is given for any item in these Specifications, latest REC specification & Construction Standards shall be referred to. The span should be as near as possible to the basic design span so that the minimum ground clearance should not less than 7.5 mts. in cross country at maximum sag condition. In case of Rail/Road crossing same shall be 8.5Mtrs. by reducing span length. The stringing of the conductors and earth wire has been done as per the approved sag and tension charts and desired clearances as clearly available. All other requirements for completion of works such as fixing of danger plate and anti-climbing device have been fulfilled. The contractor shall provide & install “cradle type” protective guarding for 33 kV line, The guarding shall be provided at all the crossing i.e. road, telecommunication & power lines, railway line, nallaha etc. The contractor is required to follow local statutory regulations stipulated in Electricity (Supply) Act 1948, Indian Electricity Rules 1956 as amended and other local rules and regulations referred in these specifications Trimming of tree branches or cutting of a few trees en-route during survey is within the scope of survey to be done by the contractor.

Page 50: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

48

During erection of the line, compensation for tree cutting, damage caused to crops, actual cutting and falling of the trees shall be arranged by the contractor at his cost. The contractor will identify the number of trees and detail of obstructions to be removed for erection of the line and intimate the employer well in advance in case of any help. A) TECHNICAL SPECIFICATION FOR HARDWARE FITTINGS TO BE USED FOR 33KV DOUBLE CIRCUIT ACSR 100Sq.mm. CONDUCTOR LINE. The Combined units shall conform to the provisions of Indian Standards relevant to each individual component except where specified otherwise The following I.S. amended up to date shall be the guideline for manufacture & testing.

i) IS 2486 ( Part 1 ) : 1993

: Specification for metal fittings of insulators for overhead power lines with nominal voltage greater than 1000 V.

ii) IS 2486 ( Part 2 ) : 1989 IS : 2486 ( Part III ) – 1989

: Specification for Insulator fittings for overhead power lines with nominal voltage greater than 1000 V.

iii) IS 4759 : 1996 : Specification for hot-dip zinc coatings on structural steel and other allied products.

iv) IS : 6745 – 1872 : Determination of mass of zinc coating on zinc coated iron and steel articles.

v) IS : 2633 – 1986 : Method for testing uniformity of coating on zinc coated. vi) IS:1573 – 1986 : Specification for electroplated coatings of zinc on iron and steel.

General Requirements.: i) Ball diameter should be 16 mm. ii) Hardware Fittings with ultimate tensile strength of 70KN should be used for ASCR Dog conductors. iii)

The Fittings shall be free from defects, corrosion protected and shall meet the requirements of Galvanizing Test etc as per IS.

iv) All forging and casting shall be of good finish and free from flaws and other defects. The edges of the fittings such as the tongue, clevis and holes shall be rounded.

v) All parts of different fittings which provide the interconnection shall be made such that sufficient clearance is provided at the connection point to ensure free movement. All tongue and clevis connection shall be free in this manner but care shall be taken that too much clearance for the tongue & clevis is avoided.

vi) Spring washer should be electro galvanized- Coating thickness as per IS: 1573-1986. U bolt, Hexagonal Bolt, Nut, Plain Washer and all other ferrous parts shall be Hot dip Galvanized. In case of Hot Dip Galvanization, minimum Value of Mass of zinc coating should be 610 g/m2. The split pin to be used on the cotter pin shall be of Humpback type & shall be made of Stainless Steel conforming to IS: 5522-1992 with a minimum hardness of 160 HV. Locking devices (R Type) for ball and socket lockers shall be of Stainless Steel conforming to IS: 6603-1972 with minimum hardness of 160 HV. The dimension shall conform to IS: 2486 (Part 3)-1974.

Tongue and Clevis: All forgings shall be of good finish and free from any flaws and any other defects which may cause decrement of efficiency while in operation. Connection/attachment with other component of the unit shall provide reasonable clearance/ensure free movement at the connecting/attaching point. Care should be taken to avoid too much clearance while used with insulators. Drg. Enclosed for reference.

Page 51: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

49

Cross-arm Straps: Cross-arm straps shall be manufactured from MS Flat hot dip galvanized and to connect the cross-arm/bracket of the structure at one end and the Ball Clevis at the other end. It should be complete with hexagonal bolts, nuts, spring washers and Cotter pin at the threaded end to lock the unit. Minimum Threaded portion of the bolt shall be 30mm. CROSS-ARM STRAPS to be used for Minimum Ultimate strength (Tensile strength) ACSR Dog Conductor 70 KN Dimensions shall be in accordance with IS: 2486 (Part-2) unless otherwise specified. Drg. Enclosed for reference. Ball and Clevis & Socket and Tongue: All forgings shall be of good finish and free from any flaws and any other defects which may cause decrement of efficiency while in operation. Connection/attachment with other component of the unit shall provide reasonable clearance/ensure free movement at the connecting/attaching point. Care should be taken to avoid too much clearance while used with insulators. Materials for Ball Clevis & Socket Tongue should be as stated below:- Ball clevis – Forged Steel and hot dipped galvanised. Socket Tongue – Forged Steel and hot dipped galvanised. BALL CLEVIS & SOCKET TONGUE to be used for Minimum Ultimate strength (Tensile strength) of 70 KN. All dimensions of Ball Clevis & Socket Tongue shall be in accordance with IS:2486 (Part-2) unless otherwise specified. Drg. Enclosed for reference. Bolted type Tension Clamp: All forgings & castings shall be of good finish and free from flaws or any other defects which may cause decrement of efficiency while in operation. The edges on the outside of the fittings and the grooves shall be smooth & rounded. Sharp radius of curvature, ridges etc. which may lead to localised pressure or cause damage to the conductors in service shall be avoided. The clamp shall permit the conductor to slip before the failure of conductor occurs. Tension clamps for ACSR Dog conductor shall be three bolted type with minimum one no. keeper. Ultimate tensile strength of Tension clamps should not be less than 70 KN .The materials for Tension clamps & keeper should be high strength Aluminium Alloy. The slip strength should not be less than 95% UTS of the respective conductor. Tension clamps shall be fitted with rivet, flat washer, cotter pin, ‘U’ bolts & nuts, flat washers & spring washers. Drg. Enclosed for reference. Suspension Clamp: All forgings & castings shall be of good finish and free from flaws or any other defects which may cause decrement of efficiency while in operation. The edges on the outside of the fittings and the grooves shall be smooth & rounded. Sharp radius of curvature, ridges etc. which may lead to localised pressure or cause damage to the conductors in service shall be avoided. The clamp shall permit the conductor to slip before the failure of conductor occurs. Envelope type, Suspension clamps for ACSR Dog conductor shall be minimum two bolted type, with minimum one no. keeper. Suspension clamps shall have minimum failing load of 70 kN. The material for suspension clamps & keeper should be high strength Aluminium Alloy. The suspension clamp shall have slip strength not exceeding 20% of conductor rated strength. The conductor shall not slip at loads less than 12.5% of rated strength of conductor. As per enclosed drg

Page 52: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

50

Parallel Groove Clamp: The fittings used on the overhead conductors for electrical continuity which are not subjected to tension are classified as non-tension joints. Such fittings include parallel groove clamps. Non-tension joints shall be designed so that they meet the requirements of the normal service conditions. A rated current shall be assigned to every joint. Fittings intended to connect conductors of two dis-similar materials shall be so designed that harmful bimetallic corrosion when erected in exposed atmospheric condition is minimised. Fittings for non-tension joints shall be manufactured and finished so as to avoid sharp radius of curvature, ridges which may lead to the localised pressure or damage to the conductor in service. Non-tension joints are made of Aluminium alloy. Three bolted design, suitable for conductor size 100mm2.Drg. enclosed for reference. Inspection The following tests shall be carried out by TPI /representative of General Manager(Engg) before acceptance of any materials at site. 1. Visual check. 2. Verification of dimensions. Test reports to be submitted:

1. Galvanizing test report as per the relevant IS shall be submitted. 2. Dimension checking will be carried out on 1% of the offered lot up to a maximum of 5 nos. 3. Routine Tests certificate shall be submitted according to IS: 2486 (Part-I).

Tolerance: Tolerance shall be as per IS: 2486 (Part-I). B) TECHNICAL SPECIFICATION FOR 33KV PIN INSULATOR The pin shall be a single piece obtained preferably by the process of forging. They shall not be made by joining, welding, shrink-fitting or any other process from more than one piece of material. They shall be of good finish, free from flaws and other defects. The finish of the collar shall be such that a sharp angle between the collar and the shank is avoided and the collar or the seating surface shall bed down correctly on to the cross arm when fixed to that through a hole and the diameter of which is 2 mm. greater than the diameter of the shank. All parts of metal fittings for insulator shall be inherently resistant to the atmosphere, corrosion or be suitably protected against corrosion, both during storage and in service. All ferrous metal parts except those made of stainless steel/nuts shall be protected by hot dip galvanizing. The pins shall be complete with spring washers and hexagonal nuts.

33 KV G.I. PIN

1.

Minimum total weight : 3000 gm.

2.

Minimum failing load : 10 KN

3. Stalk diameter

: a) Just below head: 27 mm b) Near Collar : 44 mm.

4. Stalk length

: 300 mm.

Page 53: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

51

5. Shank length

: 150 mm. (with 100mm. thread)

6. Collar diameter

: 67 mm.

7. Shank diameter

: 24 mm.

8. Collar thickness

: 6 mm.

Technical Particulars:- Environment Moderately Polluted

atmospheres heavily polluted atmospheres

1. Nominal system Voltage 33 KV 33 KV 2 Highest system Voltage : 36 KV 36 KV 3. Minimum Specific

Creepage Distance : 580 mm 840 mm

4. Minimum failing load : 10 KN 10 KN 5. P.F Visible Discharge

Voltage : 27 KVrms 27 KVrms

6. P.F Minimum flash over voltage a) Dry : 130KVrms 130KVrms b) Wet : 90KVrms 90KVrms

7. Impulse flashover voltage 1.2/50 micro second wave : a)Positive : 210KVp 210KVp b)Negative : 230KVp 230KVp

8. P.F. Withstand Voltage : a)Dry : 95KVrms 95KVrms b)Wet : 75KVrms 75KVrms

9. Impulse withstand voltage 1.2/50 micro second wave : a) Positive : 170KVp 170KVp b) Negative : 180 KVp 180 KVp

10. Power Frequency puncture withstand voltage

: 180KVrms 180KVrms

Inspection The following tests will be carried out by TPI /representative of Engineer-in-chargebefore acceptance of any materials at site.

1. Dimension checking carried out on 1% of the offered lot up to a maximum of 5 nos. 2. Visual Check.

Test reports to be submitted:

1. Galvanizing test report as per the relevant IS shall be submitted 2. Dimension checking will be carried out on 1% of the offered lot up to a maximum of 5 nos. 3. Routine Tests certificate shall be submitted according to IS: 2486 (Part-I).

Tolerance: Tolerance shall be as per IS: 2486 (Part-I).

Page 54: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

52

C) TECHNICAL SPECIFICATION FOR 33 KV POST INSULATORS & DISC INSULATORS The Insulators covered by this specification should conform to the latest editions of Indian Standard Specification IS:731, IS:2544 and IS:5350 or any other authoritative standard. The Porcelain shall be sound, free from defect, thoroughly vitrified and smoothly glazed. The Insulators shall be brown in colour. The glaze shall cover all the Porcelain parts of the Insulators except those areas which Serve as support during fixing or left un-glaze for the purpose of assembly. Cement used in construction of insulators shall not cause fraction by expansion or loosening by construction and propose care must be taken in “Curing”. The cement used shall not give rise to Chemical Reaction with the metal Fittings and its thickness shall be uniform as possible. 33KV POST INSULATORS:

i) The Post Insulator shall be sound, free from defects, thoroughly verified, smoothly glazed and type of Post Insulator shall be stack type. The glaze shall be brown in colour. The glaze shall cover the exposed Porcelain parts of the Insulator.

ii) The Post Insulator shall be designed and manufactured to avoid stresses due to expansion and contraction which may lead to deterioration, stress concentration due to direct engagement of Porcelain with metal fittings and shapes which do not facilitate cleaning by normal methods.

iii) Cement used in the construction of post insulator shall not cause fracture by expansion or loosening by contraction and shall not give rise to chemical reaction with the metal fittings and its thickness shall be uniform.

iv) All ferrous metal parts except those of stainless steel shall be hot dip galvanised and uniform zinc coating shall satisfy the requirement of IS:2633.The parts shall be galvanised after machining and the galvanised surface shall be smooth.

v) The tapped holes suitable for bolts with threads shall have anti-corrosion protection. The effective length of the thread shall not be less than the nominal diameter of the Bolt.

vi) The electrical and mechanical characteristics of Post Insulator shall conform to the specific technical parameters of this specification.

vii) Post Insulator shall be suitable for upright mounting on steel structures & the Cap & Pedestal of Post Insulators shall be of Malleable Cast Iron. Diameter of Cap & Base will be 108 mm.

DISC INSULATORS:

i) The Insulator discs shall be Cap and Ball Pin type with Ball and Socket coupling suitable for use in suspension or tension strings.

ii) The porcelain shall be brown colour, non porous having high dielectric mechanical and thermal strength, free from internal stresses, blisters, laminations, voids, foreign matters, imperfections or other defects, which might in any way render it unsuitable as insulator shells. Porcelain shall be smoothly glazed to remain unaffected by climatic condition, ozone, acids, alkalis, zinc or dust. The glaze shall have bright luster, smooth surface, a good performance under extreme weather condition of tropical climate and dust resistant. The glaze shall not crack or chip due to aging under normal service condition or while handling during transit or erection.

iii) Cement used in the construction of Insulators shall not cause fracture by expansion or loosening by contraction and must have high compressive and shearing strength and be free from change in volume due to aging and temperature change. The cement shall not give rise to chemical reaction with metal fittings. Rapid hardening cement with special sand shall be used for assembly of metal parts.

iv) The Caps and Ball Pins of Disc Insulator shall be hot dip galvanised and mechanically strong. The Ball Pins shall move freely in the Cap Socket, but shall be so designed that

Page 55: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

53

they do not disengage while in service. The Caps shall be made of heat treated malleable cast iron. These shall be free from cracks, shrinks, air holes, burrs and rough edges. All load bearing surfaces shall be smooth and uniform so as to distribute loading stress evenly

v) The Ball Pins shall be of forged steel and so designed that they will not yield or distract under loaded conditions. The ball and socket insulators shall be provided with „R‟ /‟W‟ clip to prevent uncoupling of insulator units from each other. The „R‟ /‟W‟ clip shall be made of phosphor bronze or stainless steel to safe guard against corrosion.

The electrical and mechanical characteristics of the Disc. Insulator shall conform to IS:2544. Note : The disc insulators shall be of Ball & Socket type. The cap of disc insulators shall be of Malleable Cast Iron whereas the ball pins shall be of Forged steel. All metal parts shall be of Hot dip galvanized as per IS: 2633. Technical Particulars:-

Sl. No.

Description Rating

11 KV (BALL & SOCKET TYPE – 70 KN) 1 Nominal system voltage : 11 KV 2 Highest system voltage : 12 KV 3 Total Creepage distance : 320 mm 4 Spacing : 145mm 5 Minimum Failing Load : 70KN 6 P.F. visible discharge voltage : 9KV rms 7 P.F. Minimum flash over voltage a) Dry : 75 KV rms b) Wet : 45 KV rms 8 Impulse flashover voaltage 1.2/50 micro second wave : a) Positive : 115 KVp b) Negative : 120 KVp 9 P.F. withstand voltage a) Dry : 60 KV rms b) Wet : 35 KV rms 10 Impulse withstand voltage 1.2/50 micro second wave :

a) Positive : 75 KVp b) Negative

: 80 KVp

11 P.F. puncture withstand voltage

: 1.3 times the actual dry flashover voltage of the unit

12 Ball pin, Socket & Security Cap

: As per IS

13 Nominal Dia of Ball : 16 mm 14 Porcelain Diameter : 255 mm Inspection The following tests will be carried out by TPI /representative of Engineer before acceptance of any materials at site.

1. Dimension checking carried out on 1% of the offered lot up to a maximum of 5 nos. 2. Visual Check.

Page 56: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

54

Test reports to be submitted:

1. Routine Tests certificate shall be submitted according to IS: 2486 (Part-I). 2. Verification of dimensions. 3. Temperature cycle test. 4. Mechanical strength test. 5. P.F. Puncture test. 6. Porosity test 7. Galvanizing test 8. Electromechanical failing load test. (for Disc. Insulator String only).

Tolerance: Tolerance shall be as per IS: 2486 (Part-I). D) TECHNICAL SPECIFICATION FOR G.I. EARTHING ROD This specification covers the technical details of G.I. Earthing Rod complete with the necessary fittings. 1. The earthing rod should be 1853 mm (i.e. 25 + 1752 + 76) long fabricated from 20mm dia. M.S. Rod, the bottom of which is to be cut of the same rod in the shape of a cone – 76 mm long and the forged head made out of the same rod with 30 mm (dia)= 25 mm (height). The earthing arrangements should consist of G.I. Bolt/nut and washers. The earthing rod will be as per enclosed drg. 2. The raw materials, as required for manufacture, shall comply with the relevant latest Indian Standard with all amendments, additions and alternation, for obtaining the required strength. 3. The rod including the head portion should be smoothly and continuously hot dip galvanized as per relevant I.S.S. Other portion i.e. Bolts, nuts and washers should be hot dip galvanized. 4. No crack should develop and deformation in the top head and/or bending of rod should not be appreciable while the rods will be driven into the ground by the application of heavy intermittent block not less than 7.5 Kg. Hammer and in a manner as is usual for driving rods into the grounds. Inspection The following tests will be carried out by TPI /representative of Engineer before acceptance of any materials at site. B By hammering (8 times) the rods into the normal soil by a hammer (not less than 7.5 Kg) on 1% of

the offered lot up to the maximum of 2 nos. No failure will be accepted. Test reports to be submitted:

1. Galvanizing test report as per the relevant IS will be submitted. 2. Dimension checking will be carried out on 1% of the offered lot up to a maximum of 5 nos.

Tolerance: ½% on total length.( - ) 5% on other dimensions. (-) 10% 25 mm of small forged portion. Any tolerance on the positive side will be accepted. E) TECHNICAL SPECIFICATION FOR GALVANISED STAY SET: This specification covers the details of the Galvanized stay set both in HT complete with stay rod, stay plate, Bow, Cross Head, Ratchet Nut and a Thimble 1. The sizes of stay rods are stated below, dimensions for other parts like bow plate etc. are not stated in details here and shall be as per enclosed drawing.

Page 57: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

55

2. Length = 1830mm, Dia=20 mm, Length of the threaded portion=300mm. The raw materials as required for manufacture shall comply with the relevant latest Indian Standard with all amendments, additions and alternation, for obtaining the required strength. 3. The complete 1830 mm long stay sets, should with stand minimum breaking loads of 7900 Kg. 4. The rods, cylindrical portion of the bow, plates, nuts and thimble shall be of steel to comply with the requirements as stated in class-2 of this specification. 5. The cross-head of the bow shall be made of sound, strong iron casting. 6. The rods shall be well forged and free from flaws and other defects and the heads shall not fail when the rods are tested to fracture at their full strength by tensile stress. Threads shall have square neck. 7. The sides of each bow shall be well riveted into the cross head and shall not come out from the cross head when the bow is tested to fracture by tensile stress. 8. The ratchet nuts and ratchet face of cross heads shall be well from to match each other. 9. The screw thread design of the stay rod and nut should be as follows: M 16 x 2 -7H/8g for 16 mm dia. Stay rods and Y 20 x 2.5-7H/8g for 20 mm rod and the sizes of the threads should be as per IS: 4218 (Part-VI) 1967 (tables for coarse pinch series).The screw threads of rods and nuts shall be properly lubricates at the time of supply. 10. The stay plate shall be freely out off and punched and shall be free from cracks after punching. 11. The rods cross heads, bows, ratchet nuts, thimbles and plates shall be smoothly and continuously hot dip galvanized. The galvanizing shall be heavy. The screw threads of the rods, ratchets nuts shall be out after galvanizing. The nuts shall be well finished before galvanizing 12. The Thimbles shall be made from 2.64 mm (12 SWG) thick M.S. Fit. The size of the thimbles shall be follows: Length- 70mm, Breadth-47mm, Width-20mm. Inspection The following tests will be carried out by TPI /representative of Engineer-in-chargebefore acceptance of any materials at site.

1. Dimensional check up on 1% of the offered lot up to a maximum of 10 nos. 2. Visual check.

Test reports to be submitted:

1. Galvanizing test report as per the relevant IS will be submitted. 2. Dimension checking will be carried out on 1% of the offered lot up to a maximum of 5 nos. 3. Tensile strength test for a breaking load on 1% of the offered lot up to a maximum of 5 nos.

Tolerance: The following tolerance will be allowed in case of stay set. a) – 5% tolerance on individual portion except rod length. b) – ½ % tolerance on total length of the stay rod.

Page 58: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

56

Any tolerance on positive side will be acceptable. F) TECHNICAL SPECIFICATIONS FOR G.I STRANDED WIRES FOR STAY AND EARTHING (SHIELD WIRE).

I. Application Standards The G.I Stay Stranded Wires shall comply with the specific requirements of IS: 2141- 1979. IS: 4826-1979 & IS: 6594-1974 or the latest versions thereof.

II. Application and Sizes The G.I. stranded wires covered in this Specification are intended for use

on the overhead power line poles, The G.I stranded wires shall be of 7/10SWG (7/3.15 mm) for stay supports and 7/12 SWG ( 7/2.5 mm) for earthing /shield wire.

III. Materials The wires shall be drawn from steel made by the open hearth basic oxygen or electric

furnace process. The individual wires shall be of uniform quality and have the properties and characteristics as specified in this specification. The wires shall not contain sulphur and phosphorus exceeding 0.060% each. Tensile Grade The wires shall be of tensile grade 4, having minimum tensile strength of 700 N/mm² conforming to 1S:2141. General Requirements The outer wire of strands shall have a right hand lay. The lay length of wire strands shall be 12 to 18 times the strand diameter. Minimum Breaking Load The minimum breaking load of the wires before and after stranding shall be as follows:

No. of Wires

& Const. Wire Dia (mm) Min. breaking load of the

Single wire before stranding (KN)

Min. breaking load of the standard wire

(KN) 7 (6/1) 2.5 3.44 21.40 7 (6/1) 3.15 5.46 34.00.

IV. Construction The galvanized stay wire shall be of 7-wire construction. The wires shall be so

stranded together that when an evenly distributed pull is applied at the ends of completed strand, each wire shall take an equal share of the pull. Joints are permitted in the individual wires during stranding but such joints shall not be less than 15 meters apart in the finished strands. The wire shall be circular and free from scale, irregularities, imperfection, flaws, splits and other defects.

V. Tolerances A tolerance of (+) 2.5% on the diameter of wires before stranding shall be permitted.

VI. Sampling Criteria The sampling criteria shall be in accordance with IS: 2141.

Tests on Completed Strand. The completed strand shall be tested for the following tests in accordance with IS: 2141. Tensile and Elongation Test: The percentage elongation of the stranded wire shall not be less than 6%. Chemical analysis Galvanizing Test. The Zinc Coating shall conform to “Heavy Coating” as laid down in 1S:4826

VII. Marking Each coil shall carry a metallic tag, securely attached to the inner part of the coil bearing

the following information: a) Manufacturers name or trade mark

b) Lot number and coil number c) Size d) Construction

Page 59: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

57

e) Tensile Designation f) Lay g) Coating h) Length i) Mass j) ISI certification mark, if any

VIII. Packing- The wires shall be supplied in 75-100 Kg. coils. The packing should be done in accordance with the provisions of IS:6594

G) TECHNICAL SPECIFICATION FOR ACSR CONDUCTORS The conductors shall comply with the Indian Standard Specification IS: 398 (Part I & II) of 1996 with latest amendments. The material shall be of best quality and workmanship. The stranded steel re-inforced conductors shall be manufactured from hard-drawn luminium wires and galvanized steel wires, which have the mechanical and electrical properties specified in enclosed drawings. The coating of the galvanized steel wires shall be applied by the hot process or electrolysis process in accordance with IS: 4826–1968 or latest amendment there of. The wires shall be smooth and free from all imperfections such as soils and splits. The sizes of stranded steel re-inforced luminium conductors shall be as per enclosed drg. Which also indicate the values of resistance and strengths etc. The values of the final modulus of elasticity and Co-efficient of linear expansion for ACSR shall be as given hereunder. No. of Wires Final Modulus of Elasticity Co-efficient of linear expansion/0c. GN/m2 (Practical) ACSR 6/1 79 19.1 x 10-6 ACSR 6/7 75 19.8 x 10-6 ACSR 30/7 80 17.8 x 10-6 JOINTS IN WIRES: Aluminum Conductor Steel Re-inforced: No two joints shall occur in the luminium wires closer than 15 meters. No joints shall be permitted in galvanized steel wire unless the core consists of seven or more steel wires. In the later case, joints in individual wires are permitted, but no two such adjacent joints shall be less than 15meters. STRANDING: The wires used in manufacturing of stranded conductors shall satisfy all requirements of IS: 398/ 1996 (Part-I & II) before stranding. For ACSR, the lay ratio of the different layers shall be within the limit given below. In all constructions, the successive layers shall have opposite directions of lay and the outer most layers being right handed. The wires in each layer shall be evenly and closely stranded. In conductor having multiple layers of luminium wires, the lay ratio of any luminium layers shall be not greater than the lay ratio of the luminium layer immediately beneath it. LAY RATIO: The lay ratio (Ratio of the arial length of a complete turn of the helix formed by an individual wire in a stranded conductor to the external diameter of the helix) shall be within the limits given below: Aluminum conductor steel re-inforced.

Page 60: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

58

No. of wires. Lay ratio for steel Core Lay ratio for Outside layer

Al. wire inner most layer

Al. Steel Max. Min. Max. Min. Max. Min. 6 1 -- -- 14 10 -- -- 6 7 28 13 14 10 -- --

30 7 28 13 14 10 16 10 GROSS WEIGHT: The gross weight of each wooden drum containing conductor of all sizes shall not exceed 900 kg. with a tolerance limit of ±10 %. STANDARD LENGTH: Minimum length of ACSR DOG should be 1(one) Km. Longer lengths are also acceptable provided they are within gross weight limit. The conductor shall be supplied in standard lengths of not less than 95% of the total quantity. The quantity of the conductor in lengths shorter than standard ones shall not exceed 5% of the total quantity to be supplied. Further, single conductor length in respect of such 5 % (maximum) shall be supplied in random length of not less than 50% of the standard length and shall be supplied in individual drum. Such random length shall be acceptable to the maximum extent of 5% of the offered quantity. PACKING & MARKING I)The conductor shall be wound on non-returnable drum strong enough and provided within lagging of adequate strength, constructed to protect the conductor against all displacement during transit, storage and subsequent handling and stringing operation in the field. The drum shall conform to IS: 1778-1980 as amended upto date and the dimensions shall be as per drum under column 9 of Table- 2 of the IS. II) The drum shall be suitable for wheel mounting. III)The general construction of drum shall be as shown in IS: 1778-1980. However, the drum shall be suitable for letting off the conductor under controlled tension of the order of 300 kg minimum. IV) After application of bituminized and plastic paper protective lagging or circumferential batten of minimum 50mm. thickness shall be provided suitably, in order to protect conductor from damage during transit in the event of breakage/detachment of the external protective lagging. The thickness of the external protective lagging or circumferential batten shall be sufficient to nail across grains as far as possible to the flange edges with at least one nail per end. The length of the nails shall be not less than twice the thickness of the battens. The nails shall not protrude above general surface and shall not expose sharp edges or allow the battens to be released due to correction. V)Outside the protective lagging, there shall be minimum two binders consisting of hoop iron or galvanized steel wire. Each protective lagging shall have recesses to accommodate hoop binders. VI) The conductor ends shall be properly sealed and secured with the hoop of “B” nails or bolts on the side of one of the flanges to avoid loosening of the conductor layers during transit and handling. TOLERANCE IN QUANTITY: A manufacturing tolerance upto (-)5% subject to maximum one standard drum length against each item of the order, for the last offered lot, will be allowed. MARKING: Each drum shall have the following information luminium on it in indelible ink along with other essential details: a) Purchase Order number. b) Name and address of the consignee c) Manufacturer’s name or trade mark.

Page 61: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

59

d) Drum number e) Code name and size of the conductor. f) Length of the conductor. g) Gross weight of the drum. h) Weight of empty drum with protective lagging. i) Net weight of the conductor j) Arrow marking for unwinding k) Position of the conductor end. l) Lot number. Before dispatch, property identification mark ‘HDC’ shall be engraved in each drum. CONSTRUCTION OF DRUMS (a) All wooden components shall be manufactured out of seasoned soft wood free from defects that may materially weaken the component parts of the drums. Preservative treatment shall be applied to the entire drum with preservative of such a quality which is not harmful to the conductor. (b) FLANGES

(i) The flanges shall be of two ply construction with such ply at right angle of the other and nailed together. The nails shall be driven from the inside face of flanges, punched and then cleaned on the outer face. There shall be at least 3nail per plank of ply with maximum nail spacing 70- 75 mm. (ii) There will be a slot in the flange to receive the inner end of the conductor; the entrance shall be in line with the periphery of the barrel.

(c )Spindle hole shall be provided at the center of the middle planks of the plies and spindle planets with 100 mm diameter holes shall be fitted on either side of both the flanges. (d) DRUM AND SUPPORTS: The end supports shall be securely fixed by nailing and may be disc or segmental type. The middle barrel support of the two ply construction of disc type with a 100 mm diameter concentric with the holes in flanges shall be provided at the centers of the barrel supports. (e) DRUM: The wooden batons used for making the barrel of the conductor shall be segmental type. These shall be nailed to the barrel supports with at least two nails. The batons shall be closely butted and shall provide a round barrel with smooth surface. The edges of the batons shall be rounded or compared to avoid damage to the conductor. (f) DRUM STUDS: Barrel studs shall be used for the construction of drum. The flanges shall be holed and the barrel supports slotted to receive them. The barrel studs shall be threaded over a length on either end sufficient to accommodate washers, spindle plates and nuts for fixing at the required spacing. (g)IRON COMPONENTS Normally, the nuts on the studs shall stand pound of the flange. All the nails used on the inner surface of the flanges and the drum barrel shall be counter sunk at least 5 mm. deep. The ends of barrel shall generally be flushed with the top of the nuts. (h) PROTECTIVE ARRANGEMENT: i)The inner side of the flanges and drum barrel surfaces shall be painted with bitumen based paint. ii) Before reeling, cardboard of double corrugated or thick bituminised water proof bamboo paper shall be secured to the drum barrel and inside the flanges of drum by means of suitable adhesive materials. These

Page 62: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

60

protective wrappings and the adhesive material used shall be of a quality which is not harmful to the conductor. After reeling the conductor, the exposed surface of the outer layer of the conductor shall be wrapped with water proof, thick, bituminised bamboo paper and also with thick plastic sheet to prevent the conductor from dirt, grit and damage during transport and handling. TOLERANCES: The following tolerances shall be permitted:

a. Tolerance on nominal diameter of luminium wires: ±1 (one) percent. b. Tolerance on nominal diameter of galvanized steel wires: ±2 (two) percent.

Inspection The following tests will be carried out by TPI /representative of Engineer-in-charge before acceptance of any materials at site.

1. Dimensional check up on 10% of the offered lot 2. Visual check.

Test reports to be submitted:

1. Routine test as per IS:398-II 2. Acceptance test as per IS:398-II 3. Type test as per IS:398-II.

H) TECHNICAL SPECIFICATION ALUMINIUM BINDING WIRE Scope covers supply and fixing of 3.53 mm dia. Aluminium Binding Wire as per IS 398. The material comprising the wire shall have the following chemical composition: Aluminium 99.5% minimum. Copper, silicon and iron 0.5% maximum. The surface of the wire shall be smooth and free from all irregularities and imperfections. Its cross sections shall closely approximate that of true circle. Characteristics of Aluminium Binding wire :-

Diameter of wire (mm) Cross sectional area of nominal dia.

Wires

Weight of wire Breaking Load

Minimum Nominal Maximum (mm2) kg/km (kN) 3.15 3.53 3.55 9.787 26.45 1.57

Inspection and Tests The following routine checks and tests shall be carried out on 10% of the coils of aluminium binding wire. If anyone sample fails to pass any one of the test nominated for that wire, then samples shall be taken from every coil in the consignment and any coil from which a sample proves defective shall be rejected. On no account shall any rejected material be presented for test again unless with the written approval of, and under conditions determined by the Purchaser. Physical properties The surface of the finished wires shall be checked to ensure that it is smooth , free from all irregularities, imperfections and inclusions and that its cross section approximates closely that of true circle. The wire shall be checked to ensure that its diameter and weight are within the values given I the table above characteristic of aluminium binding wire.

Page 63: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

61

Ultimate tensile strength When tested on a standard tensile testing machine, the value obtained for the ultimate tensile stress shall not be less than 1.57KN. Wrapping test The wire shall withstand one cycle of a wrapping test as follows: The wire shall be closely wrapped round a wire of its own diameter form a close helix of eight turns. Six turns shall then be unwrapped and again closely rewrapped in the same direction as the first wrapping. The wire shall not break or crack when subjected to this test. Packing & Delivery The aluminium binding wire shall be delivered in 30m coils, with a permitted tolerance of +5%. Random or non standard lengths shall not be permitted. Each coil shall be adequately guarded against damage due to transportation and handling and shall have an outer layer of tightly wound polythene tape or be contained in a suitable, transparent plastic bag. The internal diameter of the wound coil shall not be such as to result in a permanent set in the conductor. The coils shall be contained in non returnable wooden cases, with a gross weight not in excess of 300 kg. The number of coils contained shall be marked on the outside of each case. I) TECHNICAL SPECIFICATION OF DANGER NOTICE PLATE: a) The danger plate shall be affixed in a permanent manner on operating side of the panel, Substations, Distribution Boards, Electric poles etc.. b) The danger notice plate shall indicate danger notice both in English & Hindi and with a sign of skull and bones. c) The danger notice plate in general shall meet to requirements of local inspecting authorities. d) Dimension of the danger notice I) For display at 415 V installations – 200x150mm II) For display at 11 KV / 33KV (or higher voltages) installations – 250x200mm

III) The corners of the plate shall be rounded off.

e) The danger notice plate shall be made from minimum1.6 mm thick mild steel sheet and after due pre-treatment to the plate, the same shall be painted white with vitreous enamel paint on both front and rear surface of the plate. f) The letter, the figure, the conventional skull and bones shall etc. shall be positioned on the plate as per recommendations of IS : 2551-1982. g) The said letter, the figure and the sign of skull and bones be painted in single red colour as per IS : 5-1978. h) Standards of Danger Plate: The Danger Notice Plates shall comply with IS:2551-1982 or the latest amendment. i) The danger notice plate, if possible, be of ISI certification mark. j) The danger plate should be as per drawing enclosed or better look. k) Tests of Danger Plate: The following tests shall be carried out :

I) Visual examination as per IS:2551-1982 II) Dimensional check as per IS:2551-1982

Page 64: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

62

III) Test for weather proofness as per IS:8709-1977 (or its latest version) J) TECHNICAL SPECIFICATION FOR G.I. BARBED WIRE Unless otherwise specified elsewhere in this specification, the rating as well as performance and testing of the G.I.Barbed wire shall conform to the latest revisions available at the time of placement of order of all the relevant standards but not limited to as listed below. IS: 280:1978 Mild steel wire for general engineering purposes (third revision) IS: 1340:1977 Code of practice for chromate conversion coating of zinc and cadmium coated articles and zinc base alloys (first revision) IS: 1521:1972 Method for tensile testing of steel wire (first revision) IS: 1755:1983 Method for wrapping test for metallic wire (first revision) IS: 2633:1986 Method for testing uniformity of coating of zinc coated articles(second revision) IS: 4826:1979 Hot dipped galvanized coating on round steel wires (first revision) IS: 12753:1989 Electro galvanized coatings on round steel wire – Specification GENERAL TECHNICAL REQUIREMENTS: GI Barbed wire shall be 2 PLY with a 2.5mm diameter. The barbs shall have a 2mm diameter and be 12.5mm in length. The barbs shall have four points and shall be formed by twisting two point wires, each two turns, tightly around both line wires making altogether four complete. G.I. Barbed wire shall be of type IOWA with size and dimensions as under:- Line wire – 2.5 mm Point wire – 2.0 mm Distance between two bars shall be 75 mm (+ 12 mm). Wire shall be medium. ERECTION OF RAIL POLE: 11/12/13Mtrs. Old and used rail pole will be provided to the contractor from the site store of HDC, KoPT for erection of transmission line towers (Double Pole / Four Pole structure). Transportation of 13Mtrs. Old and used rail to the work site is in the scope of the contractor. Erection of DP/ FP rail pole structure shall be as per approved drg. All rail pole FP structure shall be supported by 1/2/3 Nos. rail pole based strut poles for structural stability. All rail pole DP structure shall be supported by suitable numbers of stay wires for structural stability. As a thumb rule 1/6th of the erected rail shall be used in the plinth / foundation. Foundation details for Rail Pole. Earth Excavation:- 600mm x 600mm x 2200mm. PCC Base-100mm. After erection of rail Pole concreting work-600mm x600mmx 2400mm. Plastering work above Ground level-300mm. Black Bituminous Painting at Bottom of rail Pole -300mm form finished concrete foundation level. Erected Rail pole shall be painted 2coats of primer and 2coats of silver paint. GI ANGLE, CHANNEL, “V” CLAMPS, FLATS, NUTS, BOLTS, WASHERS TO BE USED ON ERECTED RAIL POLE STRUCTURE: Scope covers supply, fabrication, galvanisation and fixing of angle, Channels, Clamps, Flats, Nuts, Bolts and washers required for commissioning of rail pole structure. Old and Used 11/12/13Mtrs. Rail Pole in required quantity as per approved drg. Will be provided to the contractor for erection. Transportation of rail pole from sub-store to work site shall be the responsibility of the contractor.

Page 65: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

63

Following are the sizes of Angle and channels to be used for fabrication and fixing, on erected rail pole DP and FP structures.

a. 100mm x 50mm x 6mm GI Channel – For holding insulator strings and ACSR Conductors. b. 100mm x 50mm x 6mm GI Channel – For Four Pole structural supports. c. 75mm x 40mm x 6mm GI Channel- For cable raising arrangements, pin insulator mounting. d. 65mm x 65mm x 6mm GI Angle- for cross braising in DP and FP structures. e. 50mm x 50mm x 5mm GI Angle- for shield wire laying and termination. f. 65mm x 6mm GI Flats-For making rail clamps,”v” clamps, support clamps etc. g. 50mm x 6mm GI Flats for LA earthing, Cable earthing, interconnections between earthing

stations and earth spike connection etc. The material as above shall confirm to IS: 2062. Upon fabrication of angles, channels, clamps and flats shall be hot dip galvanised to achieve thickness of zinc coating 100micron (min.). Nuts, Bolts and washers shall be electro galvanized. The galvanized surface shall be smooth and free from all irregularities and imperfections. 5.0 33(E) KV, HT CABLE.

5.1 Scope Supply, laying, inspection, testing, commissioning and making terminations of 33 KV(E) grade

XLPE insulated power cables.

5.2 Codes & Standards The design, construction, manufacture and performance of cables shall comply with all

currently applicable statutes, regulations and safety codes of the locality where cables shall be installed. Nothing in this specification shall be construed to relieve the successful BIDDER of his responsibility.

All the cables shall conform to the latest applicable IS/IEC standards.

5.3 Power Cable Power cables should be multicore earthed 33 kV grade aluminium stranded conductor colour

coded, extruded XLPE insulated, extruded semi-conducting screened over each core and insulation, extruded inner sheathed, common extruded inner sheathed for multi core cable, galvanised steel strip armoured and overall extruded black sheath conforming to IS-7098 Part II. Armouring of multicore cable shall be of single layer, galvanised steel round wire or flat strip. He Cables shall be suitably designed for variation in power supply as follows:

The voltage variation ± 10 % Freq. variation± 5 % Following cable size shall be supplied by the bidder:

i. 3Core, 120 Sqmm., HT Cable, 33KV (E) grade, XLPE, U.G. Alu. Screened Cable, Strip

armoured, PVC inner sheathed and PVC ST2 type outer sheathed, FR cable. ii. 1Core, 1000Sqmm HT Cable, 3.3KV(UE) grade, XLPE U.G. Alu. Cable, PVC inner

sheathed and PVC ST2 type outer sheathed, armoured, FR cables.

Page 66: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

64

5.4 Laying of Cables.

For laying cables along building steel structures and technological structures the cable shall be

taken by clamping with Aluminium saddles screwed to the GI flats welded to the structure. The flats are of hot dip galvanised after fabrication.

For laying cables along concrete walls, ceilings etc. the cables shall be taken by clamping with

Aluminium saddles screwed to the hot dip GI flat welded on to the inserts. Where inserts are not available the saddles shall be directly fixed in the walls using metallic anchor fasteners and GI flat spacers of minimum 6 mm thick.

The Aluminium saddles shall be placed at an interval of not less than 500 mm both for

horizontal and vertical runs. However, at the bends it shall be placed within 300 mm and where terminating to the equipment/junction box the cable shall be clamped immediately before such termination.

Cable Net Work shall include Power Cables, which shall be laid in buried trenches/ cable trays / through G.I. Pipes & Hume Pipes, rising main etc. whichever is applicable. Cable routing shall be checked in the field to avoid interference with structures, heat sources, drains, piping etc. as far as possible and minor adjustments shall be done to suit the field conditions, wherever deemed necessary without any extra cost. The HT cables while laying will have to be separated from existing HT, LT, Telecommunication, OFC Cables by adequate spacing or running through independent pipes, trenches or cable trays, as applicable. All cable routes shall be carefully measured and cables cut to the required lengths leaving sufficient lengths for the final connections of the cables to the terminal of the equipments. The various cable lengths cut-off from the cable reels shall be carefully selected to prevent undue wastage of cables. The quantity indicated in the Bill of Quantity is only approximate. The Contractor shall ascertain the exact requirement of cable for a particular feeder by measuring at site and avoiding interference with structure, foundation, pipelines or any other works as far as possible. Before starting Cable Laying, Cable Drum Schedule shall be prepared by contractor and get that approved by competent authority. Cable as far as possible shall be laid in complete, uncut lengths from one termination to other. Cable shall be neatly arranged in the trenches/ trays/ pipes in such a manner so that crisscrossing is avoided and final take- off to the equipment/switch gears is facilitated. Arrangement of cables within the trenches/ trays/ pipes shall be the responsibility of the contractor. Removal of concrete covers for purposes of cable laying and reinstalling them in their proper positions after the cables are laid shall be done by the contractor at no extra cost. Cable shall be handled carefully during installation to prevent mechanical injury to the cables. During laying of cables, Cable Drum Lifting Jacks, sufficient numbers of Cable Rollers and other materials etc. as necessary must be used to avoid any mechanical injury to the cables. Directly buried cable shall be laid underground in Cable Trenches duly excavated by the contractor as shown in the enclosed Drawing No.: SK- 334. The width of the trench shall vary depending upon the number of cables and diameter of each cable. Width of the Cable Trench should be such that all cables should be correctly spaced and arranged. The cables shall be laid in trenches as shown in the enclosed sketch. Before cables are placed, the bottom of the trench shall be leveled and filled with a layer of silver sand as shown in the Drawing No.: SK- 334. This sand shall be leveled and the cables shall be laid over it. Bricks are to be placed at both sides of the cable. Then the cable inside the brick walls to be covered with sand up to the height of walls and sand shall be pressed lightly

Page 67: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

65

.A protective covering of Bricks shall be placed on top of protective Bricks placed at both sides of Cable. The remainder of the trench shall then be back filled with soil rammed and leveled. After laying of the cables in the trench and before placement of protective covering by brick, every cable shall be given an insulation test in presence of site engineer/ authorized representative. Also after back filling the trench with soil, rammed and leveled, insulation test of the cable shall be carried out in presence of Site Engineer/Authorized representative. All wall openings/Pipe Sleeves shall be effectively sealed after installation of cables to avoid seepage of water inside buildings/lined trench. At road/drain/pavements crossing, suitable sizes of G.I. Pipes are to be used. After the cables are installed and all testing is complete, the conduit/pipe sleeve ends shall be plugged with a suitable weatherproof plastic compound/ PUTTI, for sealing purpose. The cost of the same shall be deemed to have been included in the installation of cable laying through pipe sleeves/conduits and no separate payment shall be made. When cables pass through foundation walls, or other underground structures, if necessary, ducts or opening shall have to be provided by the contractor. However, shall it become necessary to cut holes in the existing foundations or structures, the contractor shall determine their locations and obtain approval from competent authority before cutting is done. Cutting, if necessary and mending good of any cut portion should be done by contractor without any extra cost. At Road Crossing and other places where cables enter pipe sleeves, adequate bed of sand shall be given so that the cables do not stack and get damaged by pipe ends. Drum number of each cable from which it is taken shall be recorded against the cable number in the cable schedule. All G.I. Pipes shall be laid as per site requirements. The open ends of the pipes shall be suitably plugged after they are laid in final position. Laying of the cable will be as per the enclosed Drawing No. SK- 334.The contractor will have to submit the detailed cable route diagram, with detailing of the Hume Pipes & G.I. Pipes used, position of the straight through cable joints etc. for checking at our end and subsequent approval of the same. As built drawing (in triplicate) of the above cable route will have to be submitted after completion of the above work. MEASUREMENT: Cable length should be measured jointly prior to giving clearance for earth back filling etc. Distance between Socket of one end and Socket of other end of the laid cable to be considered for payment against both supply & laying of cable.

5.5 Laying of Cables in Exposed/Embedded GI Pipes/Hume pipe Road Crossing, Railway

Crossing, Drains, Culverts or any similar concrete structure etc. GI Pipes /Hume pipe for drawing cables in plant buildings shall be of Heavy Duty, galvanised,

electric resistance welded, screwed type conforming to IS: 1239 ( Part-I). GI Pipe/Hume pipe of the following sizes shall be used: a) 150 mm nominal bore GI pipe b) 150 mm dia. Heavy duty NP-4 Hume pipe.

For installation of cables in GI Pipe /Hume pipe. Complete system shall be installed first without cables but having suitable pull wires laid in the pipes to facilitate cable pulling.

Insulated type end bushings shall be used where conductors enter or leave GI pipe. Ends of GI pipe shall be cut square and the threads out in the field shall have the same effective

length and the same dimensions and taper as specified for factory out threads. Ends of pipe shall be reamed to remove burrs and sharp edge after threads are cut.

Exposed GI pipes shall run parallel or perpendicular to column lines or building lines so as to match with the architectural arrangement of the building. Concealed GI pipes shall run in direct lines with minimum bends. Laying of Reinforced Concrete Pipe and Galvanized Mild Steel Tubes should be done wherever necessary, such as at Road Crossing, Railway Crossing, Drains, Culverts or any similar concrete structure etc. The scope includes cutting of road, Railway Crossing,

Page 68: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

66

Excavating of Trenches, etc. including mending good work. The depth of laying of the pipes should have to be matched with the underground cable trench, as far as possible and practicable. Making jointing between collars and pipes, with cement mortar (1 cement: 2 medium sand) and cutting the Reinforced Concrete Pipe to the required length, if necessary, to be done by the contractor at their own cost and arrangement. Cutting of Galvanized Pipe to required length and threading, bending, jointing by Socket as required, supply and fixing of support clamps/ brackets should be under the scope of contractor. Re-filling of the trench after laying the reinforced concrete pipes and galvanized mild steel tubes are also to be done by the contractor.

Rates are to be quoted accordingly.

5.6 Depth of laying

Sl. No. Cable Laying Type Depth of Laying

Open cut excavation with brick protection 1500mm

Boring through GI pipe (HDD/Manual) 2500mm

Open cut excavation through Hume / GI

pipe

1500mm

1. HT

Cable

Through existing RCC trench / Hume pipe /

GI Pipe.

As per available

depth.

Note: 1..Road level to be considered as reference level.

2.However depth of Boring(HDD/Manual) in the region under National Highway Authority of India (NHAI)/Haldia Development Authority (I)/ South Eastern Railway (SER)/ Indian Oil Corporation Ltd. (IOC Ltd) shall be as per clearance/permission obtained for Road Crossing/ Railway Track Line Crossing/Utility crossing of respective firms/Agencies.

5.7 Bricks

Crushing strength, efflorescence shall conform to class designation 10 (as per IS 1077, 1986) and as per the specification, given below:

The brick shall have clear ringing sound. ii) The average size of the bricks shall be in the range of 250 mm (± 4 mm) x 125 mm (± 2mm) x 75 mm (± 2 mm).

5.8 Cable Termination (Heat Shrinkable type)

Termination of aluminium conductor power cables shall be by means of compression method

using compression type lugs. The End termination for use on the cables shall be suitable for the type of cables offered.

The accessories shall be supplied in kit form and each component of the kit shall carry manufacturer’s mark of origin.

The kit shall include all stress grading, insulating and sealing materials apart from conductor fittings and consumable items. The instruction pamphlet shall also be included in each kit.

Page 69: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

67

The contents of the kits shall be suitable for storage without deterioration under the climatic conditions given in the specification with shelf life exceeding 5 yrs.

5.9 Cable Straight through Jointing. (Heat Shrinkable type)

The contractor shall submit cable route plan and tentative location of straight through joints for approval to Competent authority.No straight through joints are allowed in RCC Cable tench. Additional length (Loop) of 5 mtrs. (approx.) cable should be kept at each end of the cables near the straight through cable joints. It is required to measure the insulation resistances of the cables before and after straight through cable jointing. This scope includes supply of all required materials including complete straight through cable jointing kits, with ferrules and all other accessories.

The accessories shall be supplied in kit form and each component of the kit shall carry manufacturer’s mark of origin.

The kit shall include all stress grading, insulating and sealing materials apart from conductor fittings and consumable items. The instruction pamphlet shall also be included in each kit.

The contents of the kits shall be suitable for storage without deterioration under the climatic conditions given in the specification with shelf life exceeding 5 yrs.

5.10 Cable Tags

All cables will be identified close to their termination points by cable nos. Cable numbers will be punched on Aluminium strip/ PVC Strip {2mm. thick (approx.)} securely fastened to the cable and wrapped around it. Alternatively Cable Tags shall be circular in construction to which cable number can be conveniently punched. Cable designations are to be punched with letter/number punches and the tags are to be tied to cables with piano wires of approved quality and size. Tags shall be tied inside the panels beyond the glanding as well as below the glands at cable entries. Along trays tags are to be tied at all bends. Each underground cable shall be provided with Identification Tags (made of PVC) securely fastened at every 30 Mtrs. Distance if the continuous length is more than 50 Mtrs. Of its underground length. At least one tag at each end before the cable enters the ground will have to be provided. In unpaved areas, Cable Trenches shall be identified (by means of cable markers).These shall be placed at location of changes in the direction of cables and at intervals of not more than 30 Mtrs. And at Cable Joint Locations.

5.11 Packing and Markings

The cable shall be wound on a steel drum conforming to relevant BIS standard and packed.

The ends of the cable shall be sealed by means of non-hygroscopic sealing material. Cables to be supplied in returnable steel drums only. The cable drum shall carry the following information stencilled on the drum:

i) Manufacturer’s Name and Trademark ii) Type of cable and voltage grade.

iii) No. of cores iv) Nominal cross-sectional areas of conductor

v) Cable code vi) Length of cable on drum

vii) No. of lengths on the drum if more than one viii) Direction of rotation of Drum ix) Gross weight

Page 70: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

68

x) Weight of Drum with Ballens (if any) xi) Weight of cable

xii) Reference of any Indian standard xiii) ISI Marking on the drum

xiv) Year of Manufacturing

5.12 Tests & Test Reports

Type test certificate for similar type & Rating of Cables be submitted by successful bidder. The Routine and acceptance tests specified in the applicable standards shall be arranged by the

Contractor and carried out on Cables as per latest relevant IS Standards in presence of Third Party Inspection Agency appointed by HDC at the manufacturer’s works & at site respectively. The cost of the TPI is borne by Port. The Certified copies of test certificates shall be submitted before despatch.

6.0 GCBERTH SUB-STATION. Equipments mentioned as under shall be erected / installed in side newly build sub-station as per approved layout plan. Civil building of the sub-station is not in the scope of the contractor.

6.1 OIL TYPE TRANSFORMERS

A Electrical Design i) Generally as per IS 2026 – Part 1, 2 & 4 of 1977 and Part 3 of 1981. ii) 3 phase, core type, oil filled iii) Rated output, voltage ratio, vector group shall be provided as specified in technical

particulars for design. iv) Rated frequency 50 Hz, + 3%, -3%. v) Insulation level shall be designed according to the voltages specified below.

Sl. No.

Description 33kV System

11kV System

3.3kV System

1. Nominal system voltage (kV) 33 11 3.3 2. Max. system voltage (kV) 36 12 3.6

3. One minute power frequency withstand voltage (kV)

70 28 10

4. Peak impulse test withstand voltage (kV) 170 75 --- vi) Transformers shall be capable of delivering rated current at an applied voltage up to

105% rated voltage without exceeding the temperature limits. vii) Overload capacity of the transformer shall be as per IS 6600 – 1972 unless specified

otherwise. viii) Shall be operable at its rated capacity at any tap with voltage variation of + 10% of

corresponding to voltage of the particular tap. ix) Permissible maximum temperature at rated output and principal tap at the ambient

temperature of 50°C

Page 71: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

69

Top oil (by thermometer) 85°C Windings (by resistance method) 95°C Maximum Hot Spot Temperature 105°C

x) Transformers shall be designed to withstand the thermal and dynamic stresses due to short circuits at its terminals or symmetrical/asymmetrical faults on any winding. Short circuits withstand capacity for the bolted fault at the terminals shall not be less than 5 second duration with respect to fault level specified. Design calculation to be submitted for concurrence.

xi) The maximum temperature at the end of the specified duration shall not be more than 250°C with the temperature prior to short circuit corresponding to maximum permissible overload.

xii) Transformer shall be designed for minimum no-load and load losses within the economic limit.

xiii) Designed for suppression of harmonics especially 3rd and 5th.

B Magnetic Circuit i) Low loss CRGO silicon steel shall be used. ii) Laminations shall be annealed in a non-oxidizing atmosphere to relieve stresses and

restore the original magnetic properties of CRGO sheets after the cutting and punching operations.

iii) CRGO sheets shall be coated with insulation varnish compatible with the sealing liquid.

iv) Insulation to withstand annealing temperature as high as 850 Deg. C and shall reduce eddy current to minimum

v) Ducts to be provided to ensure adequate cooling. vi) Core, framework and clamps arranged and tightened to securely hold laminations in

order to prevent any settling or displacement in case of heavy shocks during transport, handling or short circuits.

vii) Flux density under specified over voltage or frequency conditions shall be within the maximum permissible for the laminations. However it shall not exceed 1.6 tesla at rated voltage & rated frequency.

viii) Transformers shall be designed to withstand 110% over fluxing corresponding to rated voltage.

ix) Magnetising current shall be maximum 1% of the rated current.

C Windings

i) Material shall be electrolytic grade work hardened copper of high proof stress

with more numbers of radial support. ii) Shall be pre-compressed, press board, pre-stabilization of coil & shall be subjected to

shrinkage treatment.

Page 72: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

70

iii) Completed core and winding to be vacuum dried in full vacuum and impregnated immediately.

iv) Shall be braced to withstand shocks due to rough handling, and forces due to short circuit, switching or other transients.

v) Permanent current carrying joints in winding and leads shall be brazed. Connections to bushings & OLTC shall be crimped.

vi) Coils shall be supported using dried and high-pressure compressed wedge type insulation spacers, blocks & cylinders.

vii) Insulating materials shall be compatible with transformer liquid under all service conditions.

viii) Leads to the terminal board and bushings shall be rigidly supported.

D Insulation Inter turn and inter coil insulation shall be designed such that dielectric stress is uniformly distributed throughout the windings under all operating conditions.

E Tank i) Welded thick gauge low carbon steel grade plates stiffened and reinforced to

withstand without deformation all stresses applied during transport and operation or short circuit conditions.

ii) Oil tight welds and joints shall be provided. iii) Fully assembled transformer with its radiators, conservator and other fittings shall

withstand for one hour a pressure corresponding to twice the normal head of liquid or to the normal pressure plus 35 kN/sq.m, whichever is lower, measured of the base of the tank.

iv) Plates shall be protected internally against corrosion due to insulating liquid. v) Provided with inspection opening and cover/with handling equipment) to provide

access to bushing connections. vi) Form of cover shall be such as to prevent any stagnant water deposit and to drain gas

bubbles towards the buchholz relay vii) Tank (with radiators when welded to tank) shall be capable of withstanding of 250

mm of mercury vacuum. viii) Tank shall be suitably designed to suppress harmonics available in the system as well

as generated by transformer.

F Conservator And Breather i) Conservator mounted on frame, integral with tank in such a manner that under all

conditions and the lowest oil level the bushings remain under the head of liquid. ii) Conservator volume shall be sufficient to maintain oil seal from ambient to oil

temperature of 90°C iii) Oil filling hole with cap and a drain valve to drain the oil completely shall be

provided. One end of the conservator shall be bolted into position so that it can be removed for cleaning purposes.

Page 73: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

71

iv) Silica gel breather with inspection window and oil seal shall be mounted at 1.4 m from ground level and connected to conservator.

v) Prismatic type oil level gauge with maximum and minimum levels marked. vi) One no. 150 mm dia dial type magnetic oil level gauge with alarm & trip contacts

shall also be provided.

G Oil i) The oil shall be as specified in IS:335 and shall be suitably treated, free from

moisture and have uniform quality throughout. ii) Oil shall be supplied for the first fill of oil and 10% excess in non-retunable drums.

H Pressure release device i) Adequate number of Pressure release device shall be provided on tank at suitable

locations. This shall operate at static pressure less than hydraulic test pressure of tank. This should have one potential free contact for alarm/trip and should be wired to Marshalling box.

ii) Discharge of Pressure release device shall be taken through pipes away from transformer and prevented from spraying on tank.

I Buchholz Relay i) Double float relay as per IS 3677 – 1985. ii) Shut off valves on either sides of the buchholz relay iii) Pot cocks at the top and bottom of relay drain plug, inspection window, calibrated

scale, terminal box with oil tight double compression type brass gland. iv) Potential free, self reset independent alarm and trip contacts, rated to make, break and

carry minimum 2 amps at 30 V DC. No auxiliary relay shall be used to multiply the contacts. Contacts are to be wired to the marshalling box.

J Cooling

The cooling system provided is as follows. ONAN - Oil Natural, Air Natural

K Radiators

Radiators shall be detachable type directly mounted or separately mounted. Flanged, gasketted and bolted connections shall be used for connecting the radiators to the tank. The following accessories shall be provided for each radiator/radiator bank

I. Top and bottom shut off valves and blanking plates. II. Bottom drain plug and top filling plug. III. Lifting lugs IV. Thermometer pockets with thermometers in the inlet and outlet pipes (for separately

mounted radiator banks). V. Top and bottom filter valves (for each separately mounted radiator bank). VI. Air release devices. VII. Provision for earthing

Page 74: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

72

L Valves And Connections i) Valves of sluice type with hand wheels ii) All valves including radiator valves shall be made of gun metal only. iii) Clear indication of open and closed position iv) Provided with blanking plates or screwed plugs v) Padlocking facility to lock in closed/open position.

M Terminations It shall be possible to withdraw the transformer easily after disconnecting the connections

without disturbing the cable terminations. i) For cable termination

a) Air insulated cable end box suitable for the type and number of cables specified. b) Air insulated disconnection chamber with inspection opening c) Compressed type brass cable glands with tinned copper lugs. d) Bolted type gland plates (non-magnetic material wherever specified). e) Sealing kits with associated accessories like stress relieving cones, insulating

tape, trifurcating boot, HT insulating tape. ii) For bus duct termination

a) When bus duct termination is specified, flanged throat shall be provided to suit termination of bus duct. Flange ends and inspection openings shall have weatherproof gaskets.

N Bushings i) Conforming to IS 3347 and IS 2099 for HT and IS 7421 for LT system. ii) Minimum rated current of line and bushings shall be 1.5 times rated current of the

corresponding windings iii) Clamps and fittings made of steel or malleable iron shall be hot dip galvanized. iv) Bushings rated 400 Amps and above shall have non-magnetic clamps and fittings

only. v) Bushing shall be solid porcelain type for LT system, solid porcelain / oil

communicating type for voltage class upto 36 kV . vi) Porcelain shall be homogenous and free from cavities vii) Oil filled condenser type bushings should have the following:

- Oil level gauge - Oil filling pipe and drain valve (if not hermetically sealed) - Tap for capacitance and tan delta test.

viii) All clamps and fittings shall be hot dip galvanized. ix) No arcing horns should be provided on bushings x) Neutral bushings shall be provided as required for earthing of neutral point. This

shall be connected to brass / tinned copper bar and brought to ground level through porcelain insulators.

O Bushing Current Transformers (Where Applicable) i) CTs for back up earth fault shall be provided on the neutral end.

Page 75: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

73

ii) Removable at site without opening transformer tank cover/active parts. iii) Secondary leads shall be brought to a weatherproof terminal box and from there to

the marshalling box with 4 sq.mm copper armoured cable.

P Oil Temperature Indicator

150 mm dial type thermometer with manual reset maximum reading pointer. There shall also be two potential free contacts for alarm and trip signals. The alarm and trip settings shall be independently adjustable. The temperature-sensing element mounted in a pocket of oil, shall be connected to the indicator through capillary tubing. Contact rating at DC shall be minimum 0.5 amps. Temperature indicator dials shall have linear gradations to clearly read at least every 20C. Accuracy shall be better than +/- 1.5%.

Q Winding Temperature Indicator

i. Local winding temperature indicator (WTI) for each winding, shall have a 150-mm diameter dial type indicator with a manual reset maximum reading pointer. There shall be two potential free contacts for alarm and trip signals. For transformers with forced cooling, another set of contacts shall be provided to start/stop the forced cooling system automatically. The settings for closing/opening of each contact shall be independently adjustable. Contact rating at DC11, 30 V DC shall be minimum 0.5 amps. The device shall be complete with lamp, sensing element, image coil, calibration device, auxiliary CTs etc. as required.

ii. Temperature indicator dials shall have linear gradations to clearly read atleast every 20C. Accuracy shall be better than +/- 1.5%.

iii. Remote winding temperature indicator with resistance type temperature detector shall be provided additionally.

R Marshalling Box i) All outgoing connections from the transformer i.e buchholz relay, temperature

indicators, level indicators, CT secondary, fault contacts for annunciation etc. shall be wired to a marshalling box.

ii) Degree of protection of enclosure shall be IP 55.

S Off-Circuit Tap Switch i) Externally hand operated with easily accessible links. ii) Designed for sustained over current of at least 150% of the rated current of the

winding. iii) Shall not occupy any intermediate position between clearly marked tap positions. iv) Capable of repeated operation and withstanding short circuit forces. v) Tap position indication diagram iv) Inspection and/or repair shall not require removal of transformer core from tank. A solid state facia window type annunciation system shall be provided for this purpose, with the following features: i) On incidence of fault – A hooter comes ON & window lamp starts flashing.

Page 76: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

74

ii) On acceptance of fault – Hooter stops, Lamp becomes ready. On pressing RESET button – Lamp goes OFF if fault is removed.

Lamp continues to glow if fault persists. The required alarm / trip contacts shall be wired to the marshalling box for connection to the annunciation system.

T Earthing i) All metal parts of the transformer with the exception of individual core laminations,

core bolts, and clamping plates shall be maintained at fixed potential by earthing. ii) Two tinned copper earthing terminals with nuts, washers etc. to be provided at

diagonally opposite corners suitable to connect 75x12 GI strip. iii) One end of bushing CTs shall be earthed.

U List Of Fittings And Accessories i) Identification plate ii) Rating and diagram plates. iii) Valve schedule plate (For Power transformers) iv) First fill of oil as per IS-335, 1993 with 10% excess in non-returnable drums v) Cooling system complete with accessories (as specified) vi) Off-circuit tap switch (as specified) vii) OLTC (as specified) viii) Conservator with oil level gauge and drain plug. ix) Oil filling pipes with flange and dummy cover on conservator for filling/ topping up

of oil. x) Suitable number of Dehydrating breathers. xi) Double float Buchholz relay with alarm and trip contact and shut off valves on either

sides. xii) Oil filter valves at top and bottom of tank xiii) Drain off valve at lowest location to allow complete draining xiv) Oil sampling device at top and bottom xv) Explosion vent with double diaphragm and oil level gauge between 1st & 2nd

diaphragm (for distribution transformers). xvi) Pockets for thermometers for oil temperature and winding temperature indicators. xvii) Dial type magnetic oil level gauge with low level alarm contacts. xviii) HV, LV and neutral bushings. xix) Dial type winding temperature indicator with maximum reading pointer and alarm

and trip contacts xx) Dial type oil temperature indicator with maximum reading pointer and alarm and trip

contacts xxi) Lifting lugs and jacking pads. For transformers with bell tank design, lifting lugs

shall be provided on core and winding also. xxii) Earthing terminals and lugs xxiii) Inspection cover

Page 77: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

75

xxiv) By-directional rollers with locking arrangement (for distribution transformers) xxv) Marshalling box. xxvi) Haulage holes. xxvii) Bushing CTs as specified. xxviii) Flat base & foundation bolts.

TRANSFORMER, 6MVA, 33/3.3 KV

Supply of Transformer:-

Supply of 6MVA, 33/3.3 KV Oil type indoor distribution Transformers with OLTC and RTCC Panel, manufactured as per relevant IS. The transformer shall be designed for the specification given below:

Technical Details:

Technical particulars:- Sl. No.

Particulars

6000 kVA, 33/3.3kV

1. Specification IS 2026, Part I - 1977 Part II - 1977 Part III – 1981 Part IV - 1977

2. Type Three phase, core type, oil filled 3. Duty Indoor 4. Voltage HV/LV 33/3.3 kV 5. Frequency 50 Hz 6. No. of phase 3 7. Continuous rating 6000 KVA 8. Conductor Copper 9. Insulation class Class A 10. Cooling ONAN 11. Winding connection Delta / Star 12. Vector group Dyn 11 13. Neutral grounding Solidly earthed

HV Solidily earthed 14. System earthing LV Solidly earthed

15. Percentage impedance 6.9%

HV Cable end box suitable for termination of 4 no.

3C x 120 mm2 XLPE cable 16.

Termination LV Suitable for Bus duct or cable connection

Temperature rise over 50°C ambient temp 17.

a) Top oil (measured by Thermometer) 35°C

Page 78: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

76

Sl. No.

Particulars

6000 kVA, 33/3.3kV

b) In winding (measured by Resistance method) 45°C

c) Hot Spot temp 55°C Bushing mounted CT’s a) LV Neutral bushing CT for EF

class PS 1

18.

b) LV Neutral bushing CT for standby E/F protection class 10P15.

1

Tap changer OLTC a) Range ±5% b) Total tap positions 5 c) Taps above nominal voltage 2 d) Taps below nominal voltage 2 e) Voltage per step variation 2.5 %

19.

f) Tap change controls Manual 20. Impulse test withstand voltage As per IS 2026, Part III – 1981 21. One minute dry and wet power

frequency withstand voltage - do -

22. Withstand time without injury for 3 phase short circuit at terminals

5 Secs.

23. Auxiliary supply voltage 240 V AC/220V DC 24. Parallel operation Suitable for parallel operation with

transformers of similar ratings 25. Overload capacity As per IS 6600 –1972 26. Radiators Detachable type on the tank 27. Flux Density 1.6 tesla (Max.) 28. Magnetizing current 1% of rated current 29. Paint Epoxy 30. Paint shade Shade 632 as per IS – 5 31. Short circuit level on HV side 450MVA 32. RTCC Panel

Installation of Transformer.

The 6000 KVA, 33/3.3 KV transformers shall be installed on the RCC foundation of size 3000mm x 3000mm. The transformer shall be properly luminiu on foundation, including providing suitable stoppers for the transformer wheels. Adequate provision shall be made to enable proper heat shrink type cable terminations at the HT and LT side of the transformer. Before charging the Transformer all the tests shall be carried out as per relevant IS specifications.

6.2 VCB PANEL Codes and Standards:

Page 79: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

77

The switchboards and the mounted equipment shall conform to the latest revisions of the following Indian standards:

IS:12729 General requirements for switchgear and control gear for voltages exceeding 1000 V.

IS:13118 General requirement for circuit breakers for voltages above 1000 V. IS:3427 Metal-enclosed switchgear and control gear for voltages above 1000 V but not

exceeding 11000 V. IS:5082 Material for data for aluminium bus bars. IS:9920 Switches and switch isolators for voltages above 1000V. IS:9921 AC disconnectors (isolators) and earthing switches for voltage above 1000 V. IS:9046 AC contractors of voltage above 1000 V upto and including 1100 V. IS:12661 HV motor starters. IS:13703 Low voltage fuses. IS:2705 Current transformers. IS:3156 Voltage transformers. IS:1248 Electrical indicating instruments. IS:722 Integrating meters. IS:3231 Electrical relays for power system protection. IS:6875 Control switches and push buttons. IS:694 PVC-insulated cables for working voltages voltage upto and including 1100 V. IS:2544 Porcelain post-insulators for systems with nominal voltage greater than 1000 V. IS:11353 Guide for uniform system of marking and identification of conductors & apparatus

terminals. IS:5578 Guide for marking of insulated conductors.

IS:3618 Phosphate treatment of iron and steel for protection against corrosion. IS:6005 Code of practice of phosphating of iron and steel. IS:5 Colours for ready mixed paints and enamels.

Wherever Indian Standards are not available, relevant IEC standards shall be applicable.

General Requirement The switchgear shall be of metal clad, single bus bar/Double bus bar as applicable, self standing, dust proof construction, indoor cubicle type fitted with vacuum circuit breakers in fully draw out execution.

The VCB shall be horizontally isolated, horizontally drawn-out type, truck mounted and ground operated. The circuit breakers shall be suitable for following duties To withstand inrush magnetizing currents of transformers and capacitor bank

‘ON’ and ‘OFF’ operation. Transient surge produced by one CB due to severe chopping during rapid

interruptions of inductive current e.g motors, shall be within limits allowable for overhauled motors according to IEC34 part 1 otherwise suitable surge absorber shall be provided.

The controls, indicating lamps, relays and meters shall be mounted on separate control & relay panel.

Operation counter, close/open mechanical indications spring charged/ discharged indication shall be provided.

All circuit breakers shall have motor operated spring charged mechanism for closing and shunt tripping coil (30V DC). Closing coil shall be suitable to operate between 85% to 110% of rated voltage and tripping coil between 70-110% of rated voltage. Spring charging motor shall operate between 85-110% of rated AC. Voltage.

Jumpers in the cubicle also shall be of same current rating as that of the breaker. Only

Page 80: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

78

the jumpers connected to CT shall be rated according to CT rating. A manually operated device to enable charging of closing springs. Manual / Mechanical tripping arrangement for emergency tripping of CBs. All circuit breaker truck shall have service, test and draw out positions. Test position

shall engage only the auxiliary (control) contacts to close the CB during testing. Panel door switch shall be provided for illumination inside panel. Anti pumping feature shall be provided. All live parts shall be insulated by heat shrinkable sleeve only. The cubicle shall be provided with a position changing gear arrangement in such a

way that by engaging detachable device from outside the front door, it shall be possible to move the breaker truck and change position without opening the cubicle door. Facilities for pad locking in each position shall be provided.

Each cubicle shall have mimic diagram with metal strip. Each cubicle shall be of compartmentalized construction and shall have separate

compartments for bus bars, CTs and outgoing cables, metering and protection devices.

All circuit breaker trucks of same rating shall be identical in all respects (except metering and protective devices) and shall be interchangeable with similar breaker panel.

Continuous earth bus shall be provided throughout the board. The position of various control switches, push buttons, and levers, etc. requiring

manual operation shall be at a height not less than 450 mm and shall not exceed 1850 mm from the finished floor level.

In the design of the switchgear the following positive interlocking shall be provided.

1. It shall not be possible to move the truck from the isolated to the Service Position unless low voltage plug and socket connections have been made.

2. It shall not be possible to disconnect the low voltage plug and socket as long as the circuit breaker truck is in service position.

3. It shall not be possible to withdraw the truck without disconnecting the low voltage plug and socket.

4. It shall not be possible to move the truck from the service to the isolated position or vice-versa with the circuit breaker in the `ON’ position.

5. It shall not be possible to switch on the circuit breaker when the truck is in between the isolated and the service positions (except in test position).

6. It shall be possible to switch on the earthing switch only when the truck is in the isolated position, wherever an integral earth switch is provided.

7. It shall not be possible to open the circuit breaker enclosure when the breaker is ON or to have access to any part of the draw out assembly which is live when the circuit breaker is in the service position.

8. Shutters shall be lockable in closed position. 9. Where local/remote selector switches are called for , it shall be ensured that:

* The breaker can be closed locally only if the breaker truck is in the test position and the local/remote selector switch is in local position.

* The breaker can be operated from remote panel (in shop) only when the breaker truck is in service position and the local/remote selector switch is in remote position.

* The breaker can be tripped locally regardless of the position of the breaker truck. Earthing Mechanism

The operating mechanism parts shall be designed to give longer life, trouble free operation and require minimum maintenance. The material and components us shall have chopping current limited to minimum.

Insulation Levels Insulation levels corresponding to the rated voltage shall be as follows:

Page 81: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

79

Nominal voltage (kV) 33 Highest system voltage (kV) 36 One minute power frequency withstand voltage (kV) 70 1.2/50 micro sec impulse withstand voltage (kV) 170 Clearance in air As per IEC

Short Circuit Strength

Rated short time withstand current shall not be less than the system short circuit level specified for the stipulated duration.

Rated peak withstand current shall not be less than 2.5 times the system short circuit level.

Auxiliary Buses for Control & Protection 1. Control supply buses for AC & DC. 2. Signaling supply. 3. PT secondary voltage. 4. Spare buses.

Provision of surge suppressor

In case of breakers like VCB that give rise to over voltage surges due to current chopping phenomenon, surge suppressors to be provided at the load side terminals of the breakers to limit the switching surges to value limited for as per IEC.

Annunciation Schemes Flag indications for all faults for which individual protective relays have been specified. Warning signalling (as applicable) on individual panels:

a) All transformer warning / signalling conditions (group signal from corresponding transformer control panel / sub-station

b) Loss of trip circuit supply c) Earth fault. d) Control supply failure e) PT fuse failure / MCB tripping

Emergency signalling for tripping of HT breakers on fault One common signal for warning and one signal for emergency from each panel to be

wired to a common annunciation panel of the switchboard, where specified. Annunciators for warning and emergency luminium condition on individual panels of

solid state facia window type. Common audio luminium with Accept, Reset, and Test push buttons for the switchboard where common annunciation panel is not specified. Audio luminium to have distinct tones for warning and emergency.

Bus Bar and Connections

Power buses shall be of EC grade aluminium alloy equivalent to E91E WP as per IS-5082-1981 or Copper. Both rectangular and Round busbar are accepatable .The busbars shall be tinned /silver plated at joints.

The continuous rating of the main horizontal bus shall not be less than the rating of the incomer specified.

The vertical bus rating shall be as follows:- incomer : Not less than that of horizontal bus For outgoing : Not less than that of the outgoing breaker,

irrespective of relay setting.

Design ambient temperature shall be 500C & final operating temperature under continuous operation in enclosure limited to 90oC. by thermometer method.

Both horizontal and vertical bus bars to be designed and supported to withstand the

Page 82: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

80

thermal and dynamic stress corresponding to rated short time and peak withstand current specified.

Cross-section of main horizontal bus to be uniform throughout the switchboard and continuous in one transport unit.

Bus bar arrangement as per IS 375. Phase identification by color in each panel. Bus bars (horizontal as well as vertical) shall be provided with heat shrinkable, non

tracking, low absorption type sleeving conforming to international standards for full voltage for 33 kV ,11kV& 3.3kV switchboards.

Bus bar support insulators of non-hygroscopic material having high impact and dielectric strength with an anti tracking contour.

Internal Control Wiring

Control wiring shall be carried out by 1100V grade PVC insulated; single core multi stranded copper wire of minimum cross section 2.5 sq. mm. Similarly for CT circuits minimum cross section of 2.5 sq. mm shall be used.

Flexible wire of 2.5 sq.mm shall be used from CT chamber to relay chamber and shall have protection against heat and mechanical damage due to flash over. Use of heatproof sleeves and rigid conduit shall be made to run the control wires from back to front.

Wiring and terminal arrangement for all panels shall be carried out as per approved scheme.

Flexible wires protected against mechanical damage for wiring to door mounted devices. Wires identified at each end in accordance with schematic diagrams by interlocked type

ferrules. These shall be firmly located so that these do not move. Color code for control wiring

AC – Black Earth wire – Green DC – Light grey Trip circuit – Red

All telemetering signals shall be wired to terminal strips.

External Terminations Control Terminations

650V grade multi-way open type terminal blocks of non-tracking moulded plastic complete with insulated barriers, stud type terminals, washers, nuts and lock nuts and identification strips.

All terminals going out of the switchboard shall be brought to a separate terminal board marked “External Termination”. These will be easily accessible.

External terminal block shall be provided in the relay chamber with proper clamping facilities for cable dressing.

Control terminals shall be suitable to receive two numbers 2.5 sq. mm copper conductor. 20% spare terminals in each control terminal block. Terminal blocks in separate groups

shall be provided for DCS/PLC, remote control panels, transformer marshalling boxes, local push button stations, etc.

Gland plate for control cables shall be of adequate size to accommodate and to facilitate glanding of all the control cables coming from external equipment.

Terminal blocks shall be placed separately for internal looping and external looping.

Power Terminations Suitable for accepting cable/bus trunking as specified. Sufficient space and support arrangement inside each panel to accommodate HT cable

termination kits and sealing kits suitable for the size and number of XLPE cables. Dummy panels to be provided adjacent to the switch panel, where the required number cable terminations cannot be accommodated in the cabling chamber of the main panel. Rear extension not acceptable.

Page 83: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

81

Where more than one cable has to be terminated per unit, the arrangement shall permit connection and disconnection of cables separately without disturbing other cables.

Push – ON type/Heat-shrinkable type cable end terminations / straight-through jointing kits shall be used wherever required.

Where specified the following cable termination accessories, suitable for the type, size and number of cables to be terminated, to be supplied with switchboard. Cable sockets with all HT terminals (sockets set at such an angle that cable tails can

be brought up for termination with minimum bending and setting) HT cable termination and sealing kits Power cable termination facilities shall be designed to facilitate easy approach to

CTs. Double compression type brass cable glands and crimping type tinned heavy duty

copper lugs for HT, LT power and control cables. Protection and Measurement Electrical Protection

Selection of protective scheme will be based mainly on reliability, sensitivity, selectivity. All main protections shall be fast acting type in order to clear the faulty system from the healthy system in earliest possible time to minimise damage to equipment and ensure continuity of power supply.

Protective scheme requirement

All the main protective relays shall be microprocessor based numerical and communicable type.

Auxiliary relays, timers switches, etc. required to make the scheme complete shall be considered as part of the scope of work.

All CT-PT shall be suitable for the relay-meter requirement – lead burden All CT-PT wires shall be brought to test terminal blocks before connecting to

circuits. The circuits of various protections (coming from other panels) shall be connected

to master trip relays through auxiliary relays (flag indicated). VAA type auxiliary relays shall be provided for each transformer fault.

Connection of the relay shall be through links to facilitate maintenance. Relay ranges and scale of meters shall be finalized during drawing approval

stage. Contact arrangement, number of poles/ways in control/selector switches shall be

as per the requirement/approved scheme. ICTs whenever considered necessary shall be included in the scope For control supply distribution, panel to panel separate set of terminal blocks

shall be provided at top of the panel. All items / accessories required for above in each panel and in incoming panels shall be provided by the supplier.

All relays shall be hand/self-reset type with flag indication. NO/NC contacts for relays shall be as per the requirement of approved protection, annunciation and interlock schemes. Wherever required supplier shall provide auxiliary relays for contact multiplication.

Annunciation facia shall be mounted on Incomer switchgear panels and details shall be finalized during drawing approval stage.

Centre line of switches, lamps, meters shall be matched to give uniform appearance and mounting height of switches shall be between 1.1 to 1.8 m.

Current Transformer (Panel Mounted)

Separate sets of current transformers shall be used for differential protection and separate cores shall be used for, over current protection and measurement purposes. CT’s on

Page 84: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

82

incomer side shall be mounted before incomer breaker and CT’s for outgoing feeder shall be mounted after the breaker.

Short time ratings and insulation level of CT’s shall be similar to rating of associated breaker.

CT ratios specified are provisional. Where outputs and accuracy are not specified, these shall be such as may be required by the circuits in which they are used. Generally the protection CT’s and metering CT’s shall have 5P20 and 0.5 class respectively.

CT’s shall be bar/ window primary type. CT’s shall have shorting link on secondary side to facilitate insertion of meters on

secondary side without opening CT circuits. CT Ratio shall be as marked on the Single Line Diagram attached with this Specification.

Potential Transformers Fixed type line PT mounted in separate panel shall be acceptable. However, if line PT is

located in incomer breaker panel, draw out type PT shall be considered. High voltage side of PTs shall have fuses and MCCB’s on low voltage side Low voltage star winding shall have all three phase and neutral connections brought out

to terminals and one phase shall be earthed. Insulation levels shall be similar to rating of associated board. Accuracy class 1.0 shall be used. VA burden shall be selected based on meters and relays connected with the PT.

Relays Relays shall be Microprocessor based numerical and communicable type. Protocol for

communication shall be IEC 61850. All relays shall be flush mounted in dust proof cases and shall be mounted on front side

of cubicle. Major relays are as indicated in the specification or single line diagram. Master trip relay shall be hand reset and shall have 3 NO and 3 NC contacts in addition to

those required by the protection/control scheme. All timers and protection relays shall have flag indicators. Relay ranges, exact type, number of aux. relays, timers shall be finalized during drawing

approval stage. All instantaneous current protection relays shall be of 3 pole type.

Indicating Instruments

All indicating instruments shall conform to IS: 1248-1983 and IS – 2419-1979. Shall be capable of withstanding system fault current taking into account CT saturation. Shall be back connected. Shall be located in the upper part of the panel. Shall have 96 sq. mm square flush case, non-reflecting type, clearly divided and indelibly

marked scales, sharply out lined pointers and zero adjusting device. The minimum scale reading shall not be more than 10%. Maximum reading shall be

150% full load for transformers panels. Each voltmeter shall be calibrated with coil hot. The scale shall be open between 60% to

125% of normal volts and shall be suppressed below 60% of normal volts. Class of accuracy shall be 1.0 or better. The full load reading of each ammeter shall occur at the most prominent part of the scale.

The minimum scale reading shall not be more than 10%. Maximum reading shall be 150% full load for transformer panels and 600% full load for motor panels.

Annunciators

Shall be of static type.

Page 85: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

83

Hooter and bell for trip and alarm indication respectively. Shall be suitable to work on DC supply as specified. Test, accept and reset facilities (with push button) shall be provided on each panel. Suitable audio – visual indication shall be provided on DC failure. Audio alarm with reset

facility shall be provided. Visual indication shall be panel- wise. Spare annunciation points shall be wired upto terminal blocks. 20% spare facias shall be

provided. Each point shall have two bunch LEDs in parallel. All trip points facia shall have red color and non trip points white color. The cover plate of facia shall be flush with panel Shall be capable to receive simultaneous signals Shall be capable to receive signal during testing mode Scope of supply includes all interconnections, bell hooter, buzzer, alarm facility, push

button etc. required to achieve complete function of above scheme. Sequence shall be as follows:

Visual Audio

On occurrence of fault Lamp flashing on On acceptance Lamp steady “on” off On reset Off off On test Lamp flashing on

Annunciation in the switchboard shall have following provisions: Each transformer & other feeder shall have 12-way uniform facia. Each bus PT shall have 12-way uniform facia.

Bus coupler or tie shall have sufficient facia ( for each feeder to indicate tripping +20% spare)

One common point shall be provided to indicate operaton of annunciation system of the complete board (in case of any trouble in the board in tie feeder, bus coupler, incomer etc.)

All auxiliary relays of transformer feeders shall have 4 NO contacts all master trip relays shall have 2 NO contacts for remote/DCS/PLC indication for repeat annunciation in addition to contacts required for scheme under scope of works.

Control supply

Control supply buses shall run throughout the switchgear. Two DC feeders shall be taken in each board controlled by MCCB’s. In each panel for controlling of its DC supply MCCB (DC duty) shall be used. DC auto

changeover and manual changeover facility shall be provided. Failure of DC supply shall be monitored in the switchboard as well as at remote.

240V AC shall be taken from station aux. board. Each section shall have separate feed with automatic change over scheme. Each panel shall have one MCB for controlling its AC supply. Sub circuits shall be protected with HRC fuses/ MCB in each panel for indication lamps,

closing & tripping circuits.

Earthing Devices Either integral earthing switch or a separate earthing switch shall be provided to facilitate

earthing of busbars and any feeder circuit. Earthing truck (if included) shall have PT and alarm provision. (Separate trucks shall be

provided for feeder and bus earthing through bus PT panel in each switchboard). One no. earthing truck for feeder earthing and one no. for busbar earthing shall be provided for each board. It shall not be possible to use bus-earthing truck for feeder earthing and vice-versa.

Rating of earthing device shall be in line with associated board.

Page 86: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

84

Interlock provision shall be there so that incomer cannot be closed if bus-earthing device is connected.

In case feeders are having integral earth switch, earthing trucks may not be required. Control and Selector Switches

Control switches for circuit breaker ON/OFF control – 3 position spring return to neutral with lost motion device and pistol grip handle.

Other control and selector switches – stay put type with wing type knobs. Ammeter selector Switches- 4 position, make before break. Voltmeter selector switches- 7 positions as required. Colour : Black Contact Rating:

Push buttons

Contact Rating

COLOR:

Control Circuit Fuses: HRC link type confirming to IS 9224-1979. Protective Earthing

Continuous earth bus of minimum size 50x6 mm of copper or equivalent luminium/galvanized steel section, designed to carry the peak short circuit and short

time fault current as specified. Provided at the bottom extending throughout the length of the board, bolted/brazed to the

frame work of each panel with an earthing terminal at each end for terminal at each end for terminating external earth conductor.

Vertical earth bus for earthing individual functional units. Hinged doors earthed through flexible earthing braid. Looping of earth connection resulting in loss of earth connection to other devices when

the loop is broken not permitted. Withdrawable units provided with self aligning, spring loaded, silver plated copper

scrapping earth contacts of make before/break after type, ensuring earth continuity from service to the test position.

Test and Maintenance Equipment Each board to be supplied with 1 set of test plugs.

Constructional Features Mechanical Design

Sheet steel clad, compartmentalized, floor mounted, free standing design. Minimum sheet steel thickness: doors and covers – 2 mm cold rolled, other load bearing

members – 2.5 mm

Continuous 10 amps AC11 4 amps, 240V DC11 0.5A, 30V, L/R- 40ms.

Continuous 10 amps AC11 4 amps, 240V DC11 0.5A, 30V, L/R- 40ms.

ACCEPT BLUE RESET BLACK TEST YELLOW

Page 87: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

85

Doors shall be provided with lock and key arrangement Degree of protection shall be IP5X. Assembled on base channel of structural steel ISMC 75 painted black. Operating height shall be between 450 to 1800 mm. Switchboard height not to exceed

2500 mm. Earthed metallic barriers between compartments and between vertical sections. Seal off bushings wherever bus bars pass through metallic partition. Lockable front doors with concealed hinges with door not forming part of the draw-out

truck. Panels shall be extensible on both sides. Removable sheet steel covers shall be provided at rear. Explosion vent for each chamber Control cables entry shall be from front side. CTs shall be located in such a way that that they are easily accessible. Panel door switch shall be provided for illumination inside the panel. All live parts shall be insulated by taping, supported by suitably designed insulators.

Proper insulation of bus bars, upper and lower contacts of breakers and sealing of opening of bushings shall be provided to eliminate accidental contacts.

Screw wire mesh in the power cable chamber of incoming feeder is to be provided.

A) INDOOR 33KV HT VCB PANEL

This includes, Design, fabrication, supply, installation, testing and commissioning of HT panel indoor

33KV, 1250Amps, 3phase, 50Hz, 25KA VCB for 3sec.

Incoming Feeder With PT:

This includes supply at site, Vacuum Circuit Breaker, suitable for 33KV, 25KA, 1250A, 500MVA, 3 Phase,

50 HZ effectively earthed, neutral system comprising of proper housing of breaker, safety shutters, isolating

plugs and socket and VCB trolley with 3 nos. Vacuum Interrupters with safe aligning finger type, isolating

contacts suitable for vertical/horizontal isolation and horizontal draw out. Necessary control Protection and

metering circuits are completely assembled, wired and enclosed in a weather and dust proof cubicle.

The HT Panel shall be made of sheet steel enclosure, dust and vermin proof, suitable for indoor use. This

shall be suitable to receive power at 33 KV, 50 Hz, 3 phase AC with all equipment fittings and accessories

for efficient and trouble free operation.

a) 33KV, 1250A VCB The self-tripping mechanism with numerical relay with IDMT, over

current, earth fault and Instantaneous protection including TVM, MFM and all others panel’s

indications lamps.

b) Incoming cable entry box shall be provided for the required cable entry.

c) Insulation level

i) 1.2/50 microsecond Impulse withstand voltage

170 kV peak

ii) One minute power frequency withstand voltage

70 kV rms

d) Rated current i) Continuous - Bus bar 1250 A

Page 88: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

86

- Incoming/outgoing circuit breaker

1250 A

ii) Short time current for 3 seconds 25 kA rms

e) Circuit breaker i) Rated breaking capacity Symmetrical. 25 KA / 3 Sec. ii) Rated making capacity 62.5 KA iii) Total breaking time 7 cycles maximum iv) Operating sequence As per IS/IEC

f) Type of charging : Manual as well as motorized mechanism with 230V AC operated motor.

g) Make : As per the list of makes enclosed herewith.

h) Shunt trip coil : 30 V DC

i) Closing coil : 30 V DC

j) Busbar chamber with Copper busbars, heat shrinkable PVC sleeved/ powder coated with colour

code. The busbars shall be of high conductive electrolyte copper.

k) 230VAC space heaters with ON-OFF switch and thermostat.

l) 1phase, resin cast with fuse unit, draw out, line connected PT ratio of 33000/√3/110 /√3Volts

of 100VA burden to meet with auxiliary power requirement of metering and protection.

Having accuracy of 0.5/3P.

m) Epoxy cast resin CTs with 15VA burden, STR of 25 KA for 1 sec., metering accuracy class

0.5 and protection accuracy 5P20 and having of CTR 400-200/5-5A.

n) The Trivector meters shall be digital type of approved make and it should display Amps, Volts,

KVA, KW, KWHr, KVAR, PF and MD etc. The meter shall provide with external port for

remote monitoring.

o) The Multi-Function Meter (MFM) shall be digital type of approved make and it should display

Amps, Volts, KVA, KW, KWHr, KVAR, PF, Frequency and etc. The meter shall provide with

external port for remote monitoring.

p) Breaker ON-OFF LED indicating lamp.

q) Circuit trip/healthy indicating LED lamp with pushbutton.

r) Breaker spring charged LED lamp indication.

s) TNC (Trip Neutral Close) switch.

t) Numerical relays consist of IDMTL + Inst 3 O/C + Inst E/F relay.

VAX – 31 Trip circuit supervision.

VAJH – 23 master trip.

Numerical relay shall be compatible with SCADA and shall have event logging features.

u) Operating handle, spring charging handle and other required accessories shall be supplied.

v) Cable box suitable for receiving single length of 2Runs of 3C x 120 Sq. mm HT XLPE cable.

Page 89: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

87

w) Hand held lamps for panel internal illumination shall be provided with 240V AC source.

x) Hooter for tripping.

y) 30V DC external supply shall be provided for control circuit of complete breaker operation.

z) Bus bar support insulator:-Non hygroscopic, track resistant, high strength

insulator.(Calculation for validating dynamic force withstand capability to be submitted during

drg. Approval)

Outgoing Feeder (Without PT):

Technical Specification shall be similar to Incoming feeder, but without PT. The electro-mechanical type

auxiliary relay for transformer shall be provided.

Numerical type Differential relay for all transformer feeders shall be provided.

The VCB shall be complete with necessary interconnection with fine feruled wiring, foundation bolts,

earthing, etc. The VCB shall be supplied to conform to relevant IS, amended up to date, along with

manufacturers test certificate. Required no. of Danger board /Stickers of HT voltage in two languages

English/Hindi is to be provided on the panel.

Epoxy cast resin CTs with 15VA burden, STR of 25 KA for 1 sec., metering accuracy class 0.5 and

protection accuracy 5P20/PS and having of CTR 200-100/5-5-5A.

The necessary approval of the drawing of VCB panel shall be obtained from HDC before fabrication. Panel

shall be connected with earthing as per IER.

INSTALLATION OF INDOOR HT VCB PANEL:

This includes installations, testing and commissioning of VCBs at 33KV sub-station VCB with P.T. as

incomer and without PT as outgoing feeder.

All the VCB’s shall be erected by using suitable size of M.S. channel, foundation bolts including grouting

of the bolts of each VCB panel. Each panel shall be connected with separate and distinct Earthing. After

installation of VCB panel, necessary test and trial are to be carried out for proper functioning of safety,

devices, relay etc. and before charging VCB all the tests required under relevant ISS and IEC – Rules 1956

shall be carried out and the result shall be in conformity with specifications and copies of test results shall

be furnished to EIC. The work includes all Labour & materials required for installation & commissioning

of VCB and shall be done as directed by E.I.C.

Tentative lay out:-

Page 90: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

88

I/C-1 O/G-

Tr-1

33/3.3,

6MVA

O/G-

Tr-2

33/11,

6MVA

BC O/G-

Tr-3

spare

O/G-

Tr-4

33/3.3,

6MVA

O/G-

spare

I/C-2

I/C-Incomer O/G-Outgoing BC – Bus Coupler

B) INDOOR 3.3KV HT VCB PANEL

This includes, Design, fabrication, supply, installation, testing and commissioning of HT panel indoor

3.3KV, 1250Amps, 3phase, 50Hz, 25KA VCB for 3sec.

Incoming Feeder With PT:

This includes supply at site, Vacuum Circuit Breaker, suitable for 3.3KV, 25KA, 1250A, 500MVA, 3

Phase, 50 HZ effectively earthed, neutral system comprising of proper housing of breaker, safety shutters,

isolating plugs and socket and VCB trolley with 3 nos. Vacuum Interrupters with safe aligning finger type,

isolating contacts suitable for vertical/horizontal isolation and horizontal draw out. Necessary control

Protection and metering circuits are completely assembled, wired and enclosed in a weather and dust proof

cubicle.

The HT Panel shall be made of sheet steel enclosure, dust and vermin proof, suitable for indoor use. This

shall be suitable to receive power at 3.3 KV, 50 Hz, 3 phase AC with all equipment fittings and accessories

for efficient and trouble free operation.

a) 3.3KV,1250A VCB The self-tripping mechanism with numerical relay with IDMT, over current,

earth fault and Instantaneous protection including TVM, MFM and all others panel’s indications

lamps.

b) Incoming cable entry box shall be provided for the required cable entry.

c) Insulation level

i) 1.2/50 microsecond Impulse withstand voltage

75 kV peak

ii) One minute power frequency withstand voltage

28 kV rms

d) Rated current i) Continuous - Bus bar 1250 A - Incoming/outgoing circuit

breaker 1250 A

ii) Short time current for 3 seconds 25 kA rms

e) Circuit breaker i) Rated breaking capacity Symmetrical. 25KA / 3 Sec. ii) Rated making capacity 62.5 KA iii) Total breaking time 7 cycles maximum

Page 91: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

89

iv) Operating sequence As per IS/IEC

f) Type of charging : Manual as well as motorized mechanism with 230V AC operated motor

g) Make : As per the list of makes enclosed herewith.

h) Shunt trip coil : 30 V DC

i) Closing coil : 30 V DC

j) Busbar chamber with Copper busbars, heat shrinkable PVC sleeved/ powder coated with colour

code. The busbars shall be of high conductive electrolyte copper.

k) 230VAC space heaters with ON-OFF switch and thermostat.

l) 1phase, resin cast with fuse unit, draw out, line connected PT ratio of 3300/√3/110 /√3Volts of

100VA burden to meet with auxiliary power requirement of metering and protection. Having

accuracy of 0.5/3P.

m) Epoxy cast resin CTs with 15VA burden, STR of 25 KA for 1 sec., metering accuracy class 0.5

and protection accuracy 5P20/PS and having of CTR 1250-800/5-5-5A.

n) The Trivector meters shall be digital type of approved make and it should display Amps, Volts,

KVA, KW, KWHr, KVAR, PF and MD etc. The meter shall provide with external port for remote

monitoring.

o) The Multi-Function Meter (MFM) shall be digital type of approved make and it should display

Amps, Volts, KVA, KW, KWHr, KVAR, PF, Frequency and etc. The meter shall provide with

external port for remote monitoring.

p) Breaker ON-OFF LED indicating lamp.

q) Circuit trip/healthy indicating LED lamp with pushbutton.

r) Breaker spring charged LED lamp indication.

s) TNC (Trip Neutral Close) switch.

t) Numerical relays consist of IDMTL + Inst 3 O/C + Inst E/F relay +REF.

VAX – 31 Trip circuit supervision.

VAJH – 23 master trip.

Numerical relay shall be compatible with SCADA and shall have event logging features.

u) Operating handle, spring charging handle and other required accessories shall be supplied.

v) Cable box suitable for receiving single length of 3C x 400 Sq. mm HT XLPE cable.

w) Hand held lamps for panel internal illumination shall be provided with 240V AC source.

x) Hooter for tripping.

y) 30V DC external supply shall be provided for control circuit of complete breaker operation.

z) Type of charging : Manual as well as motorized mechanism with 230V AC operated motor.

Page 92: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

90

aa) Bus bar support insulator:-Non hygroscopic, track resistant, high strength

insulator.(Calculation for validating dynamic force withstand capability to be submitted

during drg. Approval).

Outgoing Feeder (Without PT):

Technical Specification same as Incoming feeder but without PT. The auxiliary relay for transformer shall

be provided.

The VCB shall be complete with necessary interconnection with fine feruled wiring, foundation bolts,

earthing, etc. The VCB shall be supplied to conform to relevant IS, amended up to date, along with

manufacturers test certificate. Required no. of Danger board /Stickers of HT voltage in two languages

English/Hindi is to be provided on the panel.

Epoxy cast resin CTs with 15VA burden, STR of 25 KA for 1 sec., metering accuracy class 0.5 and

protection accuracy 5P20/PS and having of CTR 400-200/5-5-5A.

The necessary approval of the drawing of VCB panel shall be obtained from HDC before fabrication. Panel

shall be connected with earthing as per IER.

INSTALLATION OF INDOOR HT VCB PANEL:

This includes installations, testing and commissioning of VCBs at 3.3KV sub-station VCB with P.T. as

incomer and without PT as outgoing feeder.

All the VCB’s shall be erected by using suitable size of M.S. channel foundation bolts including grouting

of the bolts of each VCB panel. Each panel shall be connected with separate and distinct Earthing. After

installation of VCB panel, necessary test and trial are to be carried out for proper functioning of safety,

devices, relay etc. and before charging VCB all the tests required under relevant ISS and IEC – Rules 1956

shall be carried out and the result shall be in conformity with specifications and copies of test results shall

be furnished to EIC. The work includes all Labour & materials required for installation & commissioning

of VCB and shall be done as directed by E.I.C.

Tentative lay out:-

EXIS

TIN

G P

AN

EL

EXIS

TIN

G P

AN

EL

EXIS

TIN

G P

AN

EL

EXIS

TIN

G P

AN

EL

EXIS

TIN

G P

AN

EL

EXIS

TIN

G P

AN

EL

EXIS

TIN

G P

AN

EL

EXIS

TIN

G P

AN

EL

EXIS

TIN

G P

AN

EL

DU

MM

Y P

AN

EL

I/C

-Inc

omer

O/G

-Out

goin

g

I/C-Incomer O/G-Outgoing

Page 93: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

91

6.3 BATTERY BANK AND BATTERY CHARGER TECHNICAL SPECIFICATIONS OF BATTERY

The 30 V DC Battery Bank should be consisted of 15 Nos., 2 V, 60 AH (at 10 Hour Rate) Cells (Maintenance free, Lead Acid type). The Battery Bank should be complete in all respect and equipped with all necessary accessories like, Inter-cell Connectors (Copper), Connecting Leads, etc. The spares / attachments, which are meant necessary for the smooth functioning of the equipment and specially are not mentioned here shall be assumed to be included in the scope of supply. Battery racks suitable for accommodating 15 cells should be supplied & installed by the Contractor. The racks should be made of wood and to be so designed and placed as to permit easy handling of the cells while in operation. The wooden battery racks should have acid resisting and flame proof coating.

. TECHNICAL SPECIFICATIONS OF BATTERY CHARGER :

i) The Battery Charger, to be used for charging 30 V, 60 AH Battery Bank , should be of Float-cum-Boost Charger Type , having provision for auto Changeover from Boost to Float & vice-versa and following Technical features:-

a) Should be suitable for Indoor installation and to be supplied with all accessories.

b) Should have facility to regulate the Battery Charging current and output voltage as per requirement (to be indicated by the Manufacturer of the Battery Bank) and limiting the total current within the maximum capacity of the charger.

c) Should have provision for automatic switching to ensure different applications of both 33 KV & 3.3 KV Panels to be installed at the existing G.C. Berth Substation & newly constructed 3.3 KV Switch-Station. Suitable control arrangement is to be provided to ensure that output D.C. voltage is always within the limits specified , even if the cell voltage is high.

d) Should be suitable for operation in Manual Mode, besides the Auto Mode. Suitable device is to be provided for adjusting charging current and voltage when the charger is to be operated in Manual Mode.

ii) Other Technical Particulars :

a) Output Voltage:

Nominal :30 V DC Maximum : 36 V DC Minimum : 24 V DC

b) Charging Current :

Maximum continuous output current : 16 Amps Maximum continuous D.C. Load : as per requirement. Maximum Battery Charging Current : to be indicated by the manufacturer of the Battery Bank.

c) Type : Solidstate , both Auto & Manual Control.

d) Input Voltage : 230 V – 250V A.C., Single Phase.

Page 94: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

92

e) Input Frequency : 50 Hz ± 5%.

iii) Protection :

a) The charger shall be protected against following conditions with provision of delayed protective and / or indicative action as per scheme requirement.

b) Input Voltage Surge.

c) Input over / under voltage.

d) Output over / under voltage / short circuit / over load.

e) Earth fault in + ve and – ve D.C. output.

f) Battery reverse polarity.

iv) The Charger shall incorporate the followings :

a) M.C.B. for incoming / outgoing supply

b) H.R.C. / glass cartridge / semi conductor fuses for different circuits. All fuses shall be properly labelled for proper identification.

c) Surge Arrestors.

v) Indication :

The charger shall be provided with following L.E.D. indications to identify abnormalities through incorporation of suitable scheme. a) Mains ON b) Output ON c) Input over / under voltage and power supply fail. d) Output over / under voltage. e) Earth Fault f) Battery reverse polarity All indicating LED lamps, switches, control knobs, terminal blocks, etc., shall be properly lebelled for easy identification.

vi) Meters :

Following meters with selector switches shall be provided to measure the following : a) Analogue Ammeter. Of appropriate scales with Selector Switch for measuring

battery float / boost charging current and output current.

b) Analogue Voltmeter of appropriate scales with Selector Switch for measuring battery and output voltage.

c) Analog Voltmeter for measuring input AC Voltage.

vii) Control :

Following controlling arrangement shall be provided for different functions of battery charger : a) AUTO/MANUAL Selector Switch b) Manual operation controlling device c) Mains ON d) Output ON

Page 95: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

93

e) Voltmeter Selector Switch f) Ammeter Selector Switch

viii) Enclosure :

The chargers shall be enclosed in floor mounted type enclosure with provision for proper ventilation.

ix) Two sets of Instruction Manuals for Erection, Operation & Maintenance , two sets of Drawings for Equipment Details and two sets of Circuit Diagram should be submitted along with the above Battery Charger unit.

6.4 CABLE TRAY

GI Cable tray

Cable tray shall be prefabricated Trays should be made of M.S Angle of size 50 mm. x 50 mm. x 6 mm. for both side runner with Spans Limited to 2.5 meter(approx.). Cross Support should be of M.S Flats of size 450 mm. x 32 mm. x 6 mm. (approx.) welded to Runner Angle at 300 mm. (approx.) apart. After fabrication the same shall be Hot dip galvanised to achieve thickness of galvanisation shall be as per IS.

Perforated cable trays for control wiring shall also be Hot dip galvanised to achieve thickness of galvanisation shall be as per IS.

Suitable covers shall be provided on cable trays to be fixed outside trenches.

7.0 EARTHING SYSTEM

7.1 General

Only Plate Earthing shall be adopted. The earthing and lightning protective systems shall comply with all currently applicable standards, regulations and safety codes of the locality where the installation is to be carried out. Nothing in this specification shall be construed to relieve the Bidder of this responsibility. Wherever the word GI is used it means that hot Dip GI. Earthing Strip shall be of hot dip GI of size 50mmx6mm for Body & of Copper 50mmx6mm for Neutral protected against corrosion and readily accessible. The strip shall be connected to earthing terminals with Stainless Steel nut – bolts.. The strip shall be clamped with Aluminum saddles and stainless steel nut-bolts. The Cost of Strip and required accessories, labour shall be included in the overall cost (offer).

The installation work shall conform to the latest applicable Electricity Rules, standards (IS:3043) and codes of practices.

After award of the Contract, the Contractor shall, carry out soil resistivity measurements at the

site. A detailed earthing design shall be submitted for approval based upon the results of these tests.

The total resistance of the earth grid shall be less than 1 ohm.

The earthing & lightning conductors and electrodes shall be supplied. Conductors shall be free from rust, scale and other electrical and mechanical defects and all materials used shall conform

Page 96: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

94

to relevant standards or approved by the Employer. The sizes, materials and quantity shall be as listed.

Copper earthing stranded conductors shall be annealed soft drawn type. Copper earthing rods and flats shall be hard drawn type. Lead coating shall be provided on copper conductors to prevent its corrosion in aggressive environments.

Steel earthing conductors above ground shall be hot-dip galvanized, unless otherwise stated, to prevent atmospheric corrosion. If painted steel conductors are required they shall be painted with two coats of approved anti-corrosive paint.

Flexible braids of sizes & materials shall be supplied for earthing of operating handles of isolators and earthing of equipment on moving platforms.

The links in suitable enclosures shall be supplied for connection between each lightning conductor down comer and earth electrode.

Cad welding type jointing equipment shall be supplied whenever specifically indicated.

7.2 Scope of Installation Work

The successful Bidder shall install bare/insulated, copper/aluminium conductors, braids, etc., required for system and individual equipment earthing. All work such as cutting, bending, supporting, painting/coating drilling, brazing/soldering/welding, clamping, bolting and connecting onto structures, equipment frames, terminals, rails or other devices shall be in the scope of work. All incidental hardware and consumable such as fixing cleats/clamps, anchor fasteners, lugs, bolts, nuts, washers, bitumastic compound, anti-corrosive paint as required for the complete work shall be deemed to be included as part of the installation work.

The scope of installation of earth conductors in outdoor areas, buried in ground shall include excavation in earth upto 600 mm deep and 450 mm wide, laying of conductor at 600 mm depth (unless stated overwise), brazing/welding/ cadwelding as reburied of main grid conductor joints as well as risers of 500 mm length above ground at required locations and backfilling. Backfilling material to be placed over buried conductor shall be free from stones and other harmful mixtures. If the excavated soil is found unsuitable for backfilling, the Bidder shall arrange for suitable soil from outside.

The scope of installation of earth connection leads to equipment and risers on steel structures/walls shall include laying the conductors, welding/cleating at specified intervals, welding/brazing to the main earth grids’ risers, bolting at equipment terminals and coating welded/brazed joints by bitumastic paint. Galvanized conductors shall be touched up with zinc rich paint where holds are drilled at site for bolting to equipment/structure.

The scope of installation of electrodes shall include installation of these electrodes such as (a) directly in earth, (b) in constructed earth pits, and connecting to main buried earth grid, as per enclosed drawings/relevant standards. The scope of work shall include excavation, construction of the earth pits including all materials required for construction of the earth pits and connecting to main earth grid conductors.

Page 97: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

95

The scope of installation of lightning conductors on the roofs of buildings shall include laying, anchoring, fastening and cleating of horizontal conductors, grouting of vertical rods where necessary, laying, and fastening/cleating/welding of the down comers on the wall/columns of the building and connection to the test links above ground level.

Normally an earth electrode shall not be situated less than 2m from any building. Care shall be taken that the excavations for earth electrodes may not affect the column footing or foundation of the building. In such cases, electrodes may be further away from the building.

The location of the earth electrodes shall be such that the soil has reasonable chances of remaining moist, as far as possible. Entrances, pavements and roadways are definitely avoided for locating the earth electrodes.

The scope of installation of the test links shall include mounting of the same at specified height on wall/column by suitable brackets and connections of the test link to the earth electrode.

7.3 Work Details

Earthing conductors along their run on walls and columns shall be supported by cleating/welding at intervals of 750 mm and 1000 mm respectively.

Wherever earthing conductors cross underground service ducts and pipes, it shall be laid 300 mm below; the earthing conductor shall be bounded to such service ducts/pipes.

Wherever main earthing conductor crosses cable trenches, they shall be buried below the trench floor.

Suitable earth risers approved by the Engineer-in-Charge shall be provided above finished floor/ground level, if the equipment is not available at time of laying of the main earth conductors. The minimum length of such riser inside the building shall be 200 mm and outdoors shall be 500 mm above ground level. The risers to be provided shall be marked in project drawings. Earth leads and risers between equipment earthing terminals and the earthing grid shall follow as direct and short a path as possible. Neutral connection shall never be used for the equipment earthing. Each neutral point of a transformer shall be earthed to two separate earth electrodes for connection with earthing system. Shield wire in sub-stations shall be connected to the earthing grid through test links at every alternate switchyard portal tower. A separate earth electrode bed shall be provided adjacent to structures supporting lightning arrestors and coupling capacitors. Earth connections shall be as short and as straight as practicable. For arrestors mounted near transformers, earth conductors shall be located clear of the tank and coolers. Wherever earthing conductor passes through walls, galvanized iron sleeves shall be provided for the passage of earthing conductor. The pipe ends shall be sealed by the Bidder by suitable water proof compound. Water stops shall be provided wherever earthing conductor enters the building from outside below grade level. Water stops and above mentioned sleeves shall be provided by the Bidder.

7.4 Earthing Connections

Page 98: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

96

All connections in the main earth conductors buried in earth/concrete shall be welded/brazed type. Connection between main earthing conductor and earth leads shall also be of welded/brazed type. Cadwelding type connections shall be done if specifically indicated. Connection between earth leads and equipment shall be of bolted type, unless specified otherwise or shown in the drawings. Equipment Bidders shall provide earthing terminals on their equipment. Welding and brazing operations and fluxes/alloys shall be of approved standards. All connections shall be of low resistance. Contact resistances also shall be minimum. All bimetallic connections shall be treated with suitable compound to prevent moisture ingression. Metallic conduits and pipes shall be connected to the earthing system unless specified otherwise.

7.5 Earth Electrode

Electrodes shall as far as practicable, be embedded below permanent moisture level. Electrodes shall be housed in test pits with concrete covers for periodic testing of earth resistivity. Installation of rod/pipe/plate electrodes in test pits shall be convenient for inspection, testing and watering wherever required.

7.6 Plate Earth Electrode

For plate electrode minimum dimension of the electrode shall be as under:-

Copper plate electrode 60 cm x 60 cm x 10 mm thick Heavy duty cast iron frame with cover shall be suitably embedded in the masonry. Soil, salt and charcoal placed around the electrode shall be finely graded, free from stones and other harmful mixtures. Backfill shall be placed in the layers of 250 mm thick uniformly spread and compacted. If excavated soil is found unsuitable for backfilling, the Bidder shall arrange for a suitable soil from outside.

7.7 Method of Connecting Earthing Lead to Earth Electrode In the case of plate earth electrodes, the earthing lead shall be securely bolted to the plate with two bolts, nuts, check-nuts and washers. All materials used for connecting the earth lead with electrodes shall be GI in case of GI pipe and GI plate earth electrodes and of copper in case of copper pipe / plate electrodes. The earthing lead shall be securely connected at the other end to the main board.

7.8 Size of Earthing Conductor The earthing system shall be designed in such a way that over all earth resistance is less than one ohm. The soil resistivity shall be measured at site by the Bidder. If required, number of earth electrodes to be increased by the Bidder to achieve the required earth resistance.

8.0 LIST OF APPROVED MAKES

Page 99: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

97

SL.No. ITEM Name of Manufacturers

1 Transformer ABB/VOLTAMP / BHARAT BIJLEE/CGL/ SIEMENS/ SCHNEIDER

2 VCB Panel SIEMENS / ABB / SCHNEIDER /

3 HT Cable RPG / APAR INDUSTRIES / TORRENT / HAVELLS / UNISTAR/POLYCAB

4 LT Cable (XLPE ) UNISTAR / HAVELLS / RPG / APAR INDUSTRIES/ TORRENT/POLYCAB

5 Outdoor CT SCHNEIDER / JYOTI / KAPPA / PRAGATHI

6 Outdoor PT SCHNEIDER / JYOTI / KAPPA / PRAGATHI

7 Volt meter and Ammeter AE / MECO / YOKINS / NIPPEN

8 PCVCB SCHNEIDER / SIEMENS / ABB / CGL

9 Gang Isolator A BOND STAND/ Any reputed make.

10 LA OBLUM / LAMCO / ELEKTROLITES

11 LT Panels SIEMENS / L&T / SCHNEIDER / ABB

12 Cable St.through jointing / end Termination Kit

3M / RAYCHEM /DENSON

13 Battery HBL/EXIDE/AMARON/ AMCO

14 Selector switches, Push buttons, Emergency Switches

KAYCEE / L & T / GE / BCH / LEGRAND

15 HRC Fuses L & T / GE / SIEMENS / ABB / INDO KOPP

16 Indicating light AE / KAYCEE / VAISHNAV / L & T /SIEMENS

17 MCB L & T / LEGRAND / SIEMENS / ABB / SCHNEIDER

18 Sub Distribution Board L & T / LEGRAND / SIEMENS / SCHNEIDER / HENSEL

19 EL MCB L & T / SCHNEIDER / LEGRAND / SIEMENS / ABB

20

PVC insulated copper conductor single/multi core stranded wires of 650/1100 volt grade

HAVELLS / FINOLEX / RPG /UNIFLEX /NICCO /RR Kables

21 Steel Conduit/PVC Conduit BEC / AKG / NIC

22 Switches, TV & MK / CLIPSAL / LEGRAND / NORTH WEST /ANCHOR

Page 100: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

98

SL.No. ITEM Name of Manufacturers

Telephone Socket outlets, Boxes

23 Light Fixtures(LED) PHILIPS / BAJAJ / WIPRO / CROMPTON/HAVELLS

24 Cable lug & Cable Gland DOWELLS / JHONSON / RAYCHEM

25 Terminal Blocks WAGO & CONTROLS / PHOENIX CONTACTS / OBO BETTERMANN

26 Lightning Protection DUVAL MESSIEN / SOUTH ASIAN ENTERPRISE LTD. / OBO BETTERMANN

27 Multi-function Meter ABB / SIEMENS / L&T / HPL SOCOMEC/CONZERVE (ENERCON)

28 DWC HDPE Pipe DURA LINE / CARLON / EMTELLE

29 Contactors L&T / SCHNEIDER / SIEMENS/ABB / BCH

30 MCCB L&T / SIEMENS / SCHENEIDER / ABB

31 Push Buttons SIEMENS / ABB / TELEMECANIQUE / L&T / SCHNEIDER

32 Relays(Numerical/ electro-magnetic) ABB / SIEMENS / SCHNEIDER/AREVA

33 Timers L&T / SIEMENS / TELEMECANIQUE/ABB

34 Indicating Light L&T / SIEMENS / TELEMECANIQUE / ABB / GE

35 Indicating Instruments AE / MECO / CONZERVE / L&T

36 Panel CTs L&T / AREVA / JYOTI / KAPPA / PRAGATHI

37 Panel PTs AREVA / KAPPA / PRAGATHI

38 ACB SCHNEIDER / SIEMENS / ABB / L&T

39 Selector Switch KAYCEE / L&T / SIEMENS / BCH / GE / SALZAR

40 Capacitor Banks EPCOS / L&T / UNIVERSAL/ABB

41 Trivector Meter (Digital) L&T / SCHNEIDER / SIEMENS / HPL SOCOMEC

42 Capacitor Panels ABB / L&T / EPCOS / SCHNEIDER

43 Power Factor Correction Relay EPCOS / L & T / ABB

Page 101: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

99

SL.No. ITEM Name of Manufacturers

44 Elastomeric Mat

PREMIER POLYFILM LTD / POLYELECTROSAFE / CHALLENGER

45 Structure JINDAL/ SAIL / TISCO

46 MS & GI Conduits Accessories STEEL MARK / NIC

47 Items not covered above As per samples approved

9.0 INSPECTION AND TESTING.

Equipment will be duly inspected in the manufacturer’s works / premises by TPI before dispatch to the site. Cost of TPI will be borne by the Port.

Inspection of the items to be supplied by the contractor will be carried out by the TPI or representative of Engineer prior to despatch, as per the procedure mentioned in the for the relevant Item. Such inspection will be carried out within 10 days from the date of receipt of Inspection Call from the contractor.

The Engineer of the Contract reserves the right to waive inspection at Manufacturer’s premises (witnessing tests) and to inspect (physically) the materials at site, after delivery, against Manufacturer’s Internal Test Certificate.

The job of installation and commissioning will be inspected by the representative of Engineer in different stages and also after completion of the job. For this, the contractor shall have to submit a Field Quality Assurance Plan (FQAP), which will be subsequently approved by the Engineer and the inspection will be carried out in accordance with the approved FQAP.

Inspection and Testing by the representative of Engineer shall not relieve the successful bidder of their obligation for supplying the items and execution of the entire work in accordance with the Contract Condition and relevant Acts, Rules and Codes of Practice.

9.1 33KV Porcelain Clad Vacuum Circuit Breaker :

a) Routine Tests (as per IS:13118) will be witnessed by the representative of Engineer at Manufacturer’s works before despatch.

b) Manufacturer’s Certificate for Type Test (as per IS:13118), for similar type equipments, should be made available to the TPI or the representative of Engineer during the above inspection.

9.2 33KV Outdoor Current Transformer :

Following tests will be witnessed by the TPI or the representative of Engineer at Manufacturer’s works before despatch :-

a) Routine Tests as per IS:2705.

b) Verification of Terminal Markings and Polarity as per IS:2705

Manufacturer’s Certificate for Type Test (as per IS:2705), for similar type equipments, should be made available to the TPI or the representative of Engineer during the above inspection.

Page 102: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

100

9.3 33KV Outdoor Potential Transformer : Following tests will be witnessed by the TPI or the representative of Engineer at Manufacturer’s works before despatch : a) Routine Tests as per IS:3156 b) Verification of Terminal Markings and Polarity as per IS:3156

Manufacturer’s Certificate for Type Test (as per IS:3156), for similar type equipments, should be made available to the TPI or the representative of Engineer during the above inspection.

9.4 33KV LA : Following tests will be witnessed by the TPI or the representative of Engineer at Manufacturer’s works before despatch : a) Routine Tests as per IS:3156 b) Verification of Terminal Markings and Polarity as per IS:3156

Manufacturer’s Certificate for Type Test (as per IS:3156), for similar type equipments, should be made available to the TPI or the representative of Engineer during the above inspection.

9.5 Indoor Control and Relay Panel :

Inspection will be carried out by the TPI or the representative of Engineer before despatch. Manufacturers’ Test Certificates for the components like Relays, Ammeter, Voltmeter, Static KWH Meter & Maximum Demand Meter, Static TRIVECTOR Meter and Static Power Factor Meter should be made available to the representative of Engineer during the above inspection.

9.6 30 V DC Battery Bank: The Battery Bank will be inspected at site, after delivery, by the TPI or the representative of Engineer, based on Manufacturer’s Internal Test Certificate.

9.7 Battery Charger: The Battery Chargers will be inspected at site, after delivery, by the TPI or the representative of Engineer, based on Manufacturer’s Internal Test Certificate.

9.8 33 KV Outdoor Isolator : Routine Tests (as per IS:9921) will be witnessed by the TPI or the representative of Engineer at Manufacturer’s works before despatch

9.9 33 KV ACSR Dog Conductor : Routine Tests (as per IS:398) will be witnessed by the TPI or the representative of Engineer at Manufacturer’s works before despatch

9.10 HT XLPE Cables :

Following tests will be witnessed by the TPI or the representative of Engineer at Manufacturer’s works before despatch:

a) Routine Tests as per IS:7098-II

b) Acceptance Tests as per IS:7098-II

Page 103: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

101

Manufacturer’s Certificate for Type Test (as per IS:7098), for similar type cable, should be made available to the TPI or the representative of Engineer during the above inspection.

9.11 6000 KVA, 33 KV / 3.3 KV, 3 Phase, 50 Hz Transformer :

a) Routine Tests and Temperature Rise Test (as per IS:2026) will be witnessed by the TPI or the representative of Engineer at Manufacturer’s works before despatch

b) Manufacturer’s Certificate for Type Test (as per IS:2026), for any Transformer of at least 33 KV, 6000 KVA rating, should be made available to the TPI or the representative of Engineer during the above inspection. In addition to the above, Radiator Banks, Pressure and Vacuum test of the Transformer tank to be tested as per CBIP Manual during manufacturing and test reports shall be submitted during final inspection.

9.12 Vacuum Circuit Breaker Panel

Vacuum Circuit Breaker units :

a) Routine Tests (as per IS:13118) will be witnessed by the TPI or the representative of Engineer-in-charge at Manufacturer’s works before despatch.

b) Manufacturer’s Certificate for Type Test (as per IS:13118), for similar type equipments, should be made available to the TPI or the representative of Engineer during the above inspection.

Current Transformers:

Following tests will be witnessed by the TPI or the representative of Engineer at Manufacturer’s works before despatch :-

a) Routine Tests as per IS:2705.

b) Verification of Terminal Markings and Polarity as per IS:2705

Manufacturer’s Certificate for Type Test (as per IS:2705), for similar type equipments, should be made available to the TPI or the representative of Engineer during the above inspection.

Potential Transformer:

Following tests will be witnessed by the TPI or the representative of Engineer at Manufacturer’s works before despatch :

a) Routine Tests as per IS:3156 b) Verification of Terminal Markings and Polarity as per IS:3156

Manufacturer’s Certificate for Type Test (as per IS:3156), for similar type equipments, should be made available to the TPI or the representative of Engineer-in-charge during the above inspection.

Complete VCB Panel :

Inspection will be carried out by the TPI or the representative of Engineer before despatch. Manufacturers’ Test Certificates for the components like Relays, Ammeter, Voltmeter, Static KWH Meter & Maximum Demand Meter, should be made available to the TPI or the representative of Engineer-in-charge during the above inspection.

Page 104: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

102

9.13 St. through and end termination jointing kits: The kits will be inspected at site, after delivery, by the TPI or the representative of Engineer, based on Manufacturer’s Internal routine Test Certificate as per IS: 7098-I.

10.0 CIVIL WORKS

Following civil works are in the scope of the contractor.

1. Civil Foundation for Switchgears and control gear installed at Intake sub-station.

2. RCC Cable trench from 33kV Gang isolator at Intake sub-station to out going cable trench with in sub-station premises.

3. PCC Foundation of Rail pole structures for double circuit Line.

4. Supply of Panel mounting channels of 75mm x 40mm x 6mm as per approved drgs.

5. Chequered Plate for covering cable trench.

6. RCC foundation of 33/3.3KV, 6MVA transformer at GC Berth sub-station.

11.0 DRAWINGS.

Page 105: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

103

EARTH PIT

Page 106: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

104

GALVANISED STAY SET

Page 107: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

105

SUSPENSION HARDWARE SUITABLE FOR ACSR DOG CONDUCTOR

Page 108: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

106

Page 109: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

107

Page 110: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

108

Page 111: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

109

BALL EYE

Page 112: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

110

Page 113: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

111

EARTH SPIKE

Page 114: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

112

INTAKE SUB-STATION SWITCHYARD EQUIPMENT LAYOUT

Page 115: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

113

INTAKE SUB-STATION SLD

Page 116: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

114

CABLE LAYING

Page 117: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

115

Page 118: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

116

SECTION VII

GENERAL CONDITIONS OF CONTRACT (GCC)

Table of Clauses

A. GENERAL PROVISIONS

1) Definitions

2) Contract documents

3) Interpretations

4) All Drawings are Trustees’ property

5) Language

6) Notices

7) Governing Law

8) Patent Rights

9) Stamp duty & other expenses

10) Indemnity

11) Employer’s lien

12) Additions and alterations

B. THE ENGINEER

13) Instructions of the Engineer or Engineer’s Representative

14) Engineer’s power and authority

15) Power of Engineer’s Representative

16) Limitation of Engineer’s Representative’s power

17) Engineer’s over-riding power

18) Replacement of the Engineer

19) Determinations

C. THE CONTRACTOR

Page 119: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

117

20) Performance Guarantee / Security Deposit

21) Contractor’s personnel and Contractor’s representative

22) Assignment and sub-contracting

23) Access to site

24) Transportation of materials

25) Contractor’s equipment

26) Supply of water and Electricity

27) Use of ground and land / covered space for Contractor’s establishment

28) Existing services

29) Contractor to prepare working / progress drawings

30) Contractor’s price is inclusive of all costs

31) Contractor is responsible for all construction process, except for correctness of design and specification formulated by the Engineer

32) Contractor to submit his programme of work

33) Contractor to supervise the works

34) Contractor is responsible for line, level, setting out, etc.

35) Contractor is responsible to protect the work

36) Contractor is responsible for all damages to other structures / persons caused by him in executing the work

37) Fossils, Treasure troves, etc. are Trustees’ property

38) Contractor to indemnify the Trustees against all claims for loss, damage, etc.

39) Dismantled materials Trustees’ property

40) Contractor’s quoted rates / price must be all inclusive

41) Notice to Contractor

42) Contractor not to publish photograph or particulars of work

43) Contractor to provide facilities to outsiders

44) Work to cause minimum possible hindrance to traffic movement

Page 120: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

118

D. STAFF AND LABOUR

45) Engagement of staff and labour

46) Labour Laws

47) Health and safety

48) Labour licence

49) Employees’ Provident Fund & Employees’ State Insurance

E. PLANT, MATERIALS AND WORKMANSHIP

50) Materials to be supplied by the Employer

51) Contractor’s arrangement for execution of the work

52) Inspection and testing

53) Contractor to replace materials/work not acceptable to the Engineer or his Representative

54) Removal of materials on completion

55) Workmanship and secrecy

F. COMMENCEMENT, EXECUTION & COMPLETION OF WORK, HANDING OVER AND TAKING OVER

56) Preliminary time to commence work and maintenance of steady rate of progress

57) Contractor’s site office

58) Contractor to observe Trustees’ working hours

59) Contractor to supply all materials as per requirement of the Engineer or his Representative

60) Materials and works

61) Contractor to submit samples for approval

62) Contractor to seek approval of Engineer or his Representative before covering up any portion of work

63) Contractor to suspend work on order from Engineer or his Representative

64) Completion Certificate

65) Completion period

Page 121: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

119

66) Taking over of the Contract job by KoPT

67) Defect Liability Period (DLP)

68) Defects after taking over

69) Extension of completion period and liquidated damage

G. CONTRAT PRICE , PAYMENT AND DEDUCTIONS

70) Contract Price

71) Terms of payment

72) Extra expenses incurred by the Employer

73) Recovery of deducted amount

74) Variation and its valuation

H. TERMINATION BY EMPLOYER

75) Notice to correct

76) Termination by Employer

77) Valuation at date of termination

78) Payment after termination

79) Employer’s entitlement to termination for convenience

80) Corrupt or fraudulent practices

I. SUSPENSION AND TERMINATION BY CONTRACTOR

81) Contractor’s entitlement to suspend work

82) Termination by Contractor

83) Cessation of work and removal of Contractor’s equipment

84) Payment on termination

J. INSURANCE

85) General requirements for insurances

K. FORCE MAJEURE

86) Definition of Force Majeure

Page 122: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

120

87) Notice of Force Majeure

88) Duty to minimise delay

89) Consequences of Force Majeure

90) Optional termination, payment and release

L. CLAIMS, DISPUTES AND ARBITRATION

91) Engineer’s decision

92) Amicable settlement

93) Arbitration

94) Failure to comply with Engineer’s decisions

95) Progress of work not to be interrupted

General Conditions of Contract (GCC)

A. GENERAL PROVISIONS

7.1 Definitions

In the conditions of contract (“these conditions”), which includes particular conditions and these general conditions, the following words and expressions shall have the meanings stated. Words indicating persons or parties include corporations and other legal entities, except where the context requires otherwise.

7.1.1 The Contract:

“Contract” means and includes these bidding documents in entirety (including all Addenda and Corrigenda, if any), the specification, the drawings, the PRICE SCHEDULE, the bid / offer, the Letter Of Acceptance, the Contract Agreement (when Contract Agreement would be completed in all respect) and such further documents as may be expressly incorporated in the Letter Of Acceptance or Contract Agreement (when Contract Agreement would be completed in all respect).

b) “Contract Agreement” means the executed Contract Agreement referred to in ITB Clause No. 5.37 [Signing of Contract Agreement].

c) “Contract documents” means the documents listed in the Contract Agreement, including any amendments thereto.

d) “Letter Of Acceptance (LOA)” or “Work order” or “Order letter” means the formal acceptance of the bid (and placement of order with the successful bidder), issued by or on behalf of the Employer,

Page 123: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

121

including any adjustments or variation to the bid agreed between the Employer and the successful bidder and includes its enclosure(s), annexure(s), etc., if any.

e) “Specification” means the specification of the work included in the contract and any modification thereof or addition thereto made under GCC Clause No. 7.12 [Additions and alterations] or submitted by the Contractor and approved by the Engineer, in writing.

f) “Drawings” means all drawings, calculations and technical information, etc., provided by the Engineer to the Contractor under the contract and all drawings, calculations, samples, patterns, models, etc., including modification, if any, and other technical information & manuals of a like nature, submitted by the Contractor and approved by the Engineer.

g) “Tender” or “Bid” means the proposal (priced offer), along with all supporting documents, submitted by the bidder to the Employer for consideration.

h) “Price Schedule” means the priced schedule of items, forming part of the bid.

i) “Tenderer” or “Bidder” means the individual firm, who submits the bid, duly filled up and signed, along with all the required documents and payment instruments, in strict compliance of the conditions / requirements stipulated in these bidding documents.

j) “Contract data” means the pages completed by the Employer entitled CONTRACT DATA.

7.1.2 Parties and persons :

a) “Party” means the Employer or the Contractor, as the context requires.

b) “Employer” or “Board” or “Trustees” or “Kolkata Port Trust” or “KoPT” means the Board of Trustees for the Port of Kolkata (Calcutta), a body corporate under Section 3 of the Major Port Trusts Act, 1963 (as amended from time to time), including their successors, representatives and assigns.

c) “Contractor” or “Successful bidder” or “Successful tenderer” means the person or persons, firm or company, whose bid / offer has been accepted by the Employer and is named as such in the Contract Agreement or his representative(s), who is/are duly authorised to deal the contract.

d) “Contractor’s representative” means the person(s) named by the Contractor in the contract or appointed from time to time by the Contractor, under GCC Clause No. 7.21 [Contractor’s personnel and Contractor’s representative], who acts on behalf of the Contractor.

e) “Sub-contractor” shall mean a person or persons, firm or company to whom a part of the work has been sub-contracted by the Contractor,

Page 124: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

122

with prior consent of the Employer. f) “Contractor’s personnel” means the Contractor’s representative and

all personnel whom the Contractor utilises on site, who may include staff, labour and other employees of the Contractor and of each Sub-contractor, and any other personnel assisting the Contractor in the execution of the work.

g) “Engineer” means the person appointed by the Employer to act as the Engineer for the purposes of the contract and named in the Contract data, or other person appointed from time to time by the Employer and notified to the Contractor under GCC Clause No. 7.18 [Replacement of the Engineer].

h) “Engineer’s Representative” means any sub-ordinate Engineer or assistant to the Engineer or any other official appointed from time to time by the Engineer to perform the duties set forth in GCC Clause Nos. 7.13 to 7.15 hereof.

i) “Engineer-in-charge” means employee of KoPT, authorised by the Engineer to look after the physical execution of the contract, at site level.

j) “Haldia Dock Complex” or “HDC” means a Dock Complex situated at Haldia, under Kolkata Port Trust.

k) “Chairman” means the Chairman of the Board of Trustees for the Port of Kolkata (Kolkata Port Trust) and includes the person appointed to act in his place under Sections 14 and 14A of the Major Port Trusts Act, 1963.

l) “Deputy Chairman” means the Deputy Chairman, Haldia Dock Complex and includes the person appointed to act in his place.

m) “General Manager (Engineering)” means the Officer appointed to take charge of Plant & Equipment Division, Infrastructure & Civic Facilities Division and Materials Management Division of HDC, under the supervision of the Deputy Chairman, HDC.

n) “Senior Deputy Manager (P&E)” means the Officer of Plant & Equipment Divisionof HDC, reporting to the General Manager (Engineering).

7.1.3 Dates and periods:

“Completion period” means the time of completion/period of execution notified under 7.65 [Completion period].

“Month”, for the purpose of this contract, shall mean the period starting from the date of commencement in any month to the previous date of the following month, as per English Calendar.

“Week”, for the purpose of this contract, shall mean any period of 7 (seven) consecutive English Calendar Days.

“Day”, for the purpose of this contract, means English Calendar Day.

Page 125: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

123

7.1.4 Money and payments:

“Contract price” or “Contract value” means the sum named in the “Letter of Acceptance (LOA)” [excluding GST] of the bid /offer of the Contractor, subject to such additions thereto and deductions therefrom, as may be made by the Engineer, under the provisions contained in this bidding document.

“Cost” means all expenditure reasonably incurred (or to be incurred), by the Contractor, whether on or off the site, including overhead and similar charges, but does not include profit.

“Foreign Currency” means the currency other than Indian Currency.

7.1.5 Work:

“Work” means the work to be executed in accordance with the contract and includes authorised “Extra work”, “Excess work” and “Temporary work”.

“Temporary work” means all temporary work of every kind required in or about the execution, completion or maintenance of the work and includes (without thereby limiting the foregoing definitions) all temporary erections, scaffolding, ladders, timbering soaking vats, site offices, cement and other godowns, platforms and bins for stacking building materials, gantries, temporary tracks and roads, temporary culverts and mixing platforms.

“Excess work” means the required quantities of work, in excess of the provision made in the contract, against any item of the “Price Schedule”.

“Extra work” means those work, required by the Engineer for completion of the contract, which were not specifically and separately included in the schedule of items of the work (i.e. “Price Schedule”) of the bidding document.

“Related Services” means the services incidental to the supply of goods / contract job, such as insurance, installation, training, initial maintenance and other obligations of the Contractor, under the contract.

7.1.6 Other definitions

“Constructional plant” means all appliances or things, of whatsoever nature, required in or about the execution, completion or maintenance of the work or temporary work and includes (without thereby limiting the foregoing definition) all machinery and tools, but does not include materials or other things intended to form or forming part of the permanent work.

“Site” means the land and other places, on, under, in or through which the contract is to be executed or carried out and any other lands or places provided by the Employer for the purpose of the contract.

“Excepted Risks” means riot, in so far as it is uninsurable, war,

Page 126: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

124

invasion, act of foreign enemies, hostilities (whether war be declared or not), Civil War, rebellion, revolution, insurrection or military or usurped power or use or occupation by the Trustees of any portion of the works in respect of which a certificate of completion has been issued (all of which are herein collectively referred to as the excepted risks).

“Approved / approval” means approval in writing.

“Test on Completion” means such tests, prescribed by the applicable Design Standard, codes and described in the bidding document, to me performed by the Contractor before the equipment / items / installations are supplied, delivered and taken over by the Employer.

“Defect Liability Period (DLP)” means the period defined in the GCC Clause No. 7.67.

“Force Majeure” is defined in GCC Clause No. 7.86 [Definition of Force Majeure].

7.2 Contract documents

7.2.1 The several documents forming the contract are to be taken as mutually explanatory of one another and should anything appear in one, which is not described in the other, no advantage shall be taken of any such omission.

7.2.2 In case, any discrepancies or inconsistencies however appear or should any misunderstandings arise as to the meaning and of the specifications or drawings or as to the dimensions or the quality of the materials or the due and proper execution of the work or as to the measurement or quality and valuation of the work executed under this contract or as extra thereupon, the same shall be explained by the Engineer or his authorised representative.

7.2.3 The explanation of Engineer or his authorised representative shall be final and binding upon the Contractor and the Contractor shall execute the work according to such explanations, and without extra charge or deductions and do all such work and things as may be necessary for the proper execution of the contract as implied by the specification and drawings, even though such work and things are not specifically shown and described therein.

7.3 Interpretations

7.3.1 In the contract, except where the context requires otherwise:

words indicating one gender include all genders;

words indicating the singular also include the plural and words indicating the plural also include the singular;

provisions including the word “agree”, “agreed” or “agreement” require the agreement to be recorded in writing;

“written” or “in writing” means hand-written (manuscript), type-written, printed or Electronically made, and resulting in a permanent record, under or over signature and seal, as the case may be;

and

Page 127: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

125

the word “tender” is synonymous with “bid’, and “tenderer” with “bidder” and the words “tender documents” with “bidding documents”.

7.4 All Drawings are Trustees’ property

7.4.1 The Drawings, referred to in the Special Conditions of Contract / Technical Specification / Price Schedule, if and as applicable, shall be furnished by the Engineer to the Contractor, free of cost, for his use on the work, but these shall remain the property of the Trustees and hence, the Contractor shall return them to the Engineer or his Representative on completion of the work, if not torn or mutilated on being regularly used at site.

7.5 Language

7.5.1 The contract as well as all correspondence and documents relating to the contract, exchanged between the Contractor and the Employer/Engineer, shall be written in English Language only. If any documents/manuals/printed literature/drawings is submitted by the Contractor in other language(s), the same should be accompanied by an accurate translation of the relevant pages in the English language. In that case, for the purposes of interpretation of the contract, such translation shall govern.

7.5.2 The Contractor shall have to bear all costs of translation to the English Language and all risk of the accuracy of such translation, for documents provided by the Contractor.

7.6 Notices

7.6.1 Any notice, given by one party to the other, pursuant to the contract, shall be in writing, to the address specified in the Contract data. The term “in writing” means communicated in written form, with proof of receipt.

7.6.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

7.7 Governing Law

7.7.1 The contract shall be governed by and interpreted in accordance with the relevant Indian Acts [considering latest amendment thereof], as applicable, within the jurisdiction of the Honourable High Court of Kolkata [ Calcutta High Court] , India, including the following Acts:

i) The Indian Contract Act, 1872.

ii) The Major Port Trust Act, 1963.

iii) The Workmen’s Compensation Act, 1923.

iv) The Minimum Wages Act, 1948.

v) The Payment of Wages Act, 1936.

vi) The Payment of Bonus Act, 1965.

vii) The Payment of Gratuity Act, 1972.

viii) The Equal Remuneration Act, 1976.

Page 128: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

126

ix) The Employees Provident Fund Act, 1952.

x) The Employees State Insurance Act, 1948 & The Employees State Insurance (Amendment) Act, 1989.

xi) The Contract Labour (Regulation & Abolition) Act, 1970; Rules 1971.

xii) Child Labour (Prohibition & Regulation) Act, 1986.

xiii) The Maternity Benefits Act, 1961.

xiv) Interstate Migrant Workmen (Regulation of Employment & Conditions of Service) Act, 1979.

xv) The Dock Workers (Regulation of Employment) Act, 1948.

xvi) The Dock Workers (Safety, Health & Welfare) Act, 1986.

xvii) The Indian Arbitration and Conciliation Act, 1996 [considering its latest amendment in 2015].

7.7.2 Unless otherwise specified, all the laws / rules / acts, etc., mentioned in different clauses of this bidding document, should be considered as laws / rules / acts, etc. applicable in India.

7.7.3 The Contractor shall indemnify KoPT for any proceeding taken or commenced by any authority against the Employer for any contravention of any of such laws, bye laws, rules, regulations, orders, etc., by the Contractor or their personnel / workmen / agent / supplier, etc. If, as a result of the Contractor’s failure, negligence, omission, default or non-observance of any provisions of any law, bye law, rule, regulation, order, etc., the Employer is called upon by any authority to pay or reimburse or is required to pay or reimburse any amount, the Employer shall be entitled to deduct the same from any amount due or that may become due to the Contractor under this contract or any other contract or by any other means or may otherwise recover from the Contractor any sum which KoPT is required or called upon to pay or reimburse on behalf of the Contractor.

7.7.4 The Contractor shall indemnify KoPT for any proceeding taken or commenced by any authority against the Employer for any contravention of any of such laws, bye laws, rules, regulations, orders, etc., by the Contractor or their personnel/workmen/agent/supplier, etc. If, as a result of the Contractor’s failure, negligence, omission, default or non-observance of any provisions of any law, bye law, rule, regulation, order, etc., the Employer is called upon by any authority to pay or reimburse or is required to pay or reimburse any amount, the Employer shall be entitled to deduct the same from any amount due or that may become due to the Contractor under this contract or any other contract or by any other means or may otherwise recover from the Contractor any sum which KoPT is required or called upon to pay or reimburse on behalf of the Contractor.

7.8 Patent Rights

7.8.1 The Contractor shall fully indemnify KoPT against any action, claim or demand, costs or expenses arising from or incurred by reason of any infringement or alleged infringements of letters, patents, design, trademark or

Page 129: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

127

name, copyright or other protected rights in respect of any machine, plant, work, materials or things, system or methods of using, fixing working or arrangement used for fixed or supplied by the Contractor in India, or elsewhere.

7.8.2 All payments, or otherwise shall be deemed to be included by the Contractor in the prices named in the bid and shall be paid by them to whom they may be payable.

7.8.3 In the event of any claim being made or action brought against KoPT in respect of any such matter as aforesaid, the Contractor shall be immediately notified thereof and they shall with the assistance, if they so require, of KoPT but at the sole expense of the Contractor conduct all negotiations for the settlement of the same or any litigation that may arise there from, provided that the conduct of such negotiations or litigations shall be conditional upon the Contractor giving to KoPT such security, as shall from time to time, by reasonably required by KoPT to recover the ascertained or agreed amount, as the case may be, of any compensation, damages, expenses and cost, which might be payable by the Trustees in respect of or as a result of any such negotiation or litigation.

7.9 Stamp duty & other expenses

7.9.1 All the costs, charges and expenses to be incurred in connection with Contract Agreement, Indemnity Bond, Bank Guarantees, Integrity Pact, etc., including stamp duty, shall be borne by the Contractor.

7.10 Indemnity

7.10.1 Notwithstanding that all reasonable and proper precautions may have been taken by the Contractor, at all times during the progress of the work, the Contractor shall, nevertheless, be wholly responsible for all damages, whether to the works themselves or to any other property of KoPT or to the lives, persons, property of others during the progress of the work.

7.10.2 In case any damage occurs to the existing structure due to the Contractor’s operation, the same shall be made good by the Contractor, at their own risk and cost. The areas, which are likely to be unsafe for use, shall be barricaded and all necessary precautionary measures, like displaying notices, shall be taken by the Contractor, during the contract period.

7.10.3 In case any material, spare parts, components, sub-assemblies, accessories, etc., related to the work (under the scope of the Contractor), is required to be taken out of the Dock premises by the Contractor, for some specialised servicing, repairs, overhauling, etc. or for any other reason whatsoever, the Contractor shall have to obtain permission from the Employer. For this the Contractor shall have to submit an “Indemnity Bond” [in the form furnished in Section-XI].

7.11 Employer’s lien

7.11.1 All constructional plant, temporary work and materials, when brought to the site by the Contractor, shall be deemed to be the property of the Employer, who will have lien on the same, until the satisfactory completion of the work and shall only be removed from the site, in part or in full, with the written

Page 130: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

128

permission of the Engineer or his Representative.

7.11.2 The Employer shall have a lien on and over all or any money that may become due and payable to the Contractor under this contract or any other contract or fro many amount lying with them or under their control and in respect of any debt or sum that may become due and payable by the Employer to the Contractor, either alone or jointly with another or other and either under this contract or under any other contracts or transaction of any nature whatsoever between the Employer and the Contractor.

7.12 Additions and alterations

7.12.1 KoPT shall have power and authority, from time to time and at all times, to make amendments or additions or alterations or changes in the Technical Specification and give such further instructions and directions, as may appear necessary and proper to KoPT for the guidance of the Contractor and good & efficient execution of the work.

7.12.2 The Contractor shall receive, obey and be bound by the same, according to the true intent and meaning thereof, as if the same had been mentioned or referred to in the Technical Specification.

7.12.3 KoPT may also vary or alter the levels or positions of any of the work contemplated by approved specification or may order any of the work contemplated thereby to be omitted, with or without substitution of any other works in lieu thereof, or may order any work or any portion of works executed or partially executed, to be removed, changed or altered, if required.

In this connection, KoPT may increase or decrease or split the quantity of work included in the contract or execute additional work of any kind necessary for good & efficient execution of the work.

7.12.4 The Engineer shall have the power to order for the above amendments (additions/alterations/changes, etc.) and any difference in the cost occasioned by any such diminution or alteration so ordered and directed shall be added to or deducted from the amount accepted under the contract based on the rate(s) available in the contract. Where the rate(s) is/are not available in the contract, such difference in the cost shall be determined by the Engineer, taking into account the market rate and labour cost at site for similar work, backed up by rate analysis, (to be submitted by the Contractor and agreed upon between the Contractor and KoPT). In the event of disagreement, KoPT shall fix such rates or prices as shall, in their opinion, be reasonable and proper having regard to the circumstances.

B. THE ENGINEER

7.13 Instructions of the Engineer or Engineer’s Representative

7.13.1 The Contractor shall execute, complete and maintain the works in terms of the contract to the entire satisfaction of the Engineer and shall comply with the Engineer’s direction on any matter whatsoever. However, the Engineer shall exercise his discretion impartially, within the terms of the contract and have regard to all the circumstances. The Contractor shall take instructions from the Engineer and subject to

Page 131: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

129

limitation indicated in GCC Clause No. 7.16.1 hereof, from the Engineer’s Representative.

7.14 Engineer’s power and authority

7.14.1 The Engineer shall have full power and authority:

to supply to the Contractor, from time to time, during the progress of the works, such further drawings and instructions as shall be necessary for the purpose of proper and adequate execution and maintenance of the works and the Contractor shall carry out and be bound by the same.

to alter or modify the specification of any material and workmanship and to inspect the work at any time.

to order for any variation, alteration and modification of the work and for extra works.

to issue certificates as per contract.

to settle the claims & disputes of the Contractor.

to grant extension of completion time.

7.15 Power of Engineer’s Representative

7.15.1 The Engineer’s Representative shall:

watch and supervise the work.

test and examine any material to be used or workmanship employed in connection with the work.

have power to disapprove any material and workmanship not in accordance with the contract and the Contractor shall comply with his direction in this regard.

take measurements of work done by the Contractor for the purpose of payment or otherwise.

order demolition of defectively done work for its reconstruction all by the Contractor at his own expense

have powers to issue alteration order not implying modification of design and extension of completion time of the work.

And

have such other powers and authorities vested in the Engineer, which have been delegated to him, in writing, by the Engineer under intimation to the Contractor.

7.16 Limitation of Engineer’s Representative’s power

7.16.1 Provided always that the Engineer’s Representative shall have no power:

a) to order any work involving delay or any extra payment by the

Page 132: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

130

Trustees,

b) to make variation of or in the work,

And

c) to relieve the Contractor of any of his duties or obligations under the contract.

7.17 Engineer’s over-riding power

7.17.1 Provided also as follows:

Failure of Engineer’s Representative to disapprove any work or materials shall not prejudice the power of the Engineer thereafter to disapprove such work or materials and to order the pulling down, removal, breaking-up thereof and re-constructing at the Contractor’s cost and the Contractor shall have no claim to compensation for the loss sustained by them.

If the Contractor shall be dissatisfied by reason of any decision of the Engineer’s Representative, they shall be entitled to refer the matter to the Engineer, who shall thereupon confirm, reverse or vary such decision which will be final, conclusive and binding on the parties.

Any written instructions or written approval given by the Engineer’s Representative to the Contractor, within the terms of delegation of power and authority vested in the Engineer to his representative, in writing, shall bind the Contractor and the Trustees as though it had been given by the Engineer, who may, from time to time, make such delegation.

7.18 Replacement of the Engineer

7.18.1 If the Employer intends to replace the Engineer, the Employer shall give notice to the Contractor in this respect.

7.19 Determinations

7.19.1 Whenever these conditions provide that the Engineer shall proceed, in accordance with this clause, to agree or determine any matter, the Engineer shall consult with each party, in an endeavour to reach agreement. If agreement is not achieved, the Engineer shall make a fair determination, in accordance with the contract, taking due regard of all relevant circumstances. The Engineer shall give notice to both parties of each agreement or determination, with supporting particulars within 28 (twenty-eight) days from the receipt of the corresponding claim or request, except when otherwise specified. Each party shall give effect to each agreement or determination, unless and until revised under GCC Clause Nos. 7.94 to 7.98 [Claims, Disputes and Arbitration].

C. THE CONTRACTOR

7.20 Performance Guarantee / Security Deposit

Page 133: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

131

7.20.1 As specified in the SCC, the Contractor shall have to provide Performance Guarantee / Security Deposit towards guaranteeing the performance of the Contractor in execution of the contract.

7.20.2 The Performance Bank Guarantee(s) shall be denominated in the currency(ies) of payment in the contract , and shall be in the form furnished in Section-XI.

7.20.3 The original Bank Guarantee should be sent by the issuing Branch of the Bank, directly to the Employer, under Registered Post (A.D), at the following address: General Manager (Finance), Haldia Dock Complex (HDC), Jawahar Tower Complex, P.O: Haldia Township, Dist.: Purba Medinipur, PIN – 721 607, West Bengal, India. A photocopy of the Bank Guarantee should also be sent to the Engineer, by the Contractor, for record.

The General Manager (Finance), HDC may require Bank’s confirmation for having issued the Guarantee. In that case, the issuing Branch of the Bank should send a confirmation letter, directly to the Employer, under Registered Post (A.D), at the above address.

7.20.4 Failure of the Contractor to submit the required Performance Bank Guarantee, as mentioned in GCC Clause No. 7.20.1 and in the manner stated in the SCC, shall constitute sufficient grounds for termination of the contract and forfeiting the Earnest Money Deposit.

7.20.5 The proceeds of Performance Guarantee / Security Deposit shall be payable to the Employer, as compensation, for any loss resulting from the Contractor’s failure to complete its obligations under the contract.

7.20.6 Performance Guarantee/Security Deposit shall be liable to be forfeited, at the option of the Employer, if the Contractor fails to carry out the work or to perform / observe any of the conditions of the contract.

7.20.7 The Employer shall be at liberty to deduct/recover any of their dues from Security Deposit/Performance Guarantee.

In that case, if Security Deposit / Performance Guarantee is reduced by reason of any such deduction or encashment, the Contractor shall have to, within 15 (fifteen) days thereafter, make good the amount so reduced.

7.20.8 The cost of obtaining Performance Bank Guarantee or any other Bank Guarantee and / or revalidation thereof, whenever required, has to be borne by the Contractor and it shall be their sole responsibility to arrange for timely revalidation of such Bank Guarantee, failing which and for non-fulfilment of any contractual obligation by the Contractor, the Engineer and/or the Employer shall be at liberty to raise claim / demand under Performance Guarantee and/or enforce the same unilaterally.

No interest/charge, of whatsoever nature, shall be paid by the Employer on

Page 134: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

132

the amount of Security Deposit / Performance Guarantee held by the Employer, at any stage.

7.20.9 On completion of execution of the work, the Contractor shall maintain the same during the “Defect Liability Period” (i.e. 10 years comprehensive operation & maintenance period), as specified in GCC Clause No. 7.67, from the date mentioned in the “Certificate of Completion of Work” [as per the form furnished in Section-XI]. Any defect / fault, which may appear in the work during the aforesaid maintenance period, arising, in the sole opinion of the Engineer or his Representative, from materials or workmanship not in accordance with the contract or the instruction of the Engineer or his Representative, shall, upon the written notice of the Engineer or his Representative, be amended and made good by the Contractor, at his own cost, within 7 (seven) days of the date of such notice, to the satisfaction of the Engineer or his Representative, failing which, the Engineer or his Representative shall have the defects amended and made good through other agency at the Contractor’s risk and cost and all expenses, consequent thereon or incidental thereto, shall be recoverable from the Contractor in any manner deemed suitable by the Engineer.

7.20.10 The contract shall not be considered completed and the work shall not be treated as finally accepted by the Trustees, until a “Certificate of Final Completion” [as per the form furnished in Section-XI] shall have been signed and issued by the Engineer, after all obligations under the contract, including that in the Defect Liability Period (DLP), if any, have been fulfilled by the Contractor. Previous entry on the works or taking possession, working or using thereof by the Trustees shall not relieve the Contractor of his obligations under the contract for full and final completion of the work.

7.20.11 Refund of Performance Guarantee / Security Deposit would be guided by the procedure detailed in the SCC.

7.21 Contractor’s personnel and Contractor’s representative

7.21.1 The Contractor’s personnel shall be appropriately qualified, skilled and experienced in their respective trades or occupations. The Engineer may require the Contractor to remove (or cause to be removed) any person employed on the site of work, including the Contractor’s representative, if applicable, who:

persists in any misconduct or lack of care,

carries out duties incompetently or negligently,

fails to conform with any provisions of the contract, or

persists in any conduct, which is prejudicial to safety, health or protection of the environment.

If appropriate, the Contractor shall then appoint (or cause to be appointed) a suitable replacement person.

7.21.2 The Contractor shall have to communicate the names of their officials/representatives, authorized by them through Power of Attorney (specimen signature of such authorized representative should be attested), to make all correspondences and sign all documents/papers in relation to this

Page 135: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

133

contract. Written orders or instructions, which the Employer may issue to such authorized officials/ representatives of the Contractor, shall be deemed to have been given to the Contractor.

7.21.3 In case any of such authorised persons fails to act as Contractor’s representative, the Contractor shall similarly communicate the name and particulars of another suitable person for such authorization. The Contractor shall have to notify the Engineer, immediately after revoking the appointment of the Contractor’s representative and appointment of a replacement.

7.21.4 If any of the Contractor’s representatives/officials is required to be temporarily replaced during the period of contract, the name of the person temporarily authorised [by any one of the authorised officials/representatives, authorized earlier through Power of Attorney], shall have to be notified. Specimen signature of such temporarily authorised representative(s) should be attested [by the said authorised official/representative].

7.22 Assignment and sub-contracting

7.22.1 The Contractor shall not, directly or indirectly, transfer, assign, sublet or sub-contract the whole of the work.

Unless otherwise stated in the contract, the Contractor shall not, directly or indirectly, transfer, assign, sublet or sub-contract any part of the work without prior consent of the Engineer. Any such consent shall not relieve the Contractor from any of their liabilities or obligations under the contract and they shall be responsible for :

a) the acts, defaults and neglect of any Sub-contractor, their agents, servants or workmen as fully as if these were the acts, defaults or neglects of the Contractor, their agents, servants or workmen,

b) their full and entire responsibility of the contract and active superintendence of the work by them despite being sublet.

Provided that the Contractor shall not be required to obtain such permission for:

i) the provision of labour engaged on piece-work basis/daily rate basis,

ii) the purchase of materials/services which are in accordance with the standards specified in the contract,

Or

iii) the sub-contracting of any part of the work, for which the Sub-contractor is named in the contract.

The Contractor shall be responsible for observance, by all Sub-contractors, of labour laws applicable in India (for the portion of work that would be executed in India) and all other provisions of the contract.

7.22.2 No participating bidder [in connection with the instant tender] will be

Page 136: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

134

allowed to act as a Sub-contractor of the successful bidder (Contractor).

7.22.3 In the event of the Contractor contravening aforesaid condition [GCC Clause No. 7.22.2], the Employer shall be entitled to terminate the contract forthwith and award a fresh contract to some other parties at risk and cost of the Contractor, who shall be liable for any loss or damage, which KoPT may sustain in consequence to arising out of such replacement of the Contractor.

7.22.4 The Contractor shall not assign their right and interest in these presents nor assume a fresh partner or partners, dissolve the partnership existing between them in reference to this contract, without the prior written permission of the Employer.

7.23 Access to site

7.23.1 The Contractor shall have to abide by the rules and regulations of Kolkata Port Trust (KoPT) in respect of entry / exit and movement in the dock premises.

7.23.2 Necessary Gate Pass / Dock Entry Permit, for entering into the Dock area, will be issued to the personnel of the Contractor [including that of approved Sub-contractor(s)] directly connected with the work, on chargeable basis [as per the extant “Scale of Rates” of KoPT, available at http://www.kolkataporttrust.gov.in/ of Kolkata Port Trust], on receipt of a formal written request.

However, for issuing such Gate Pass, the following would be required:

i) For Indian nationals: A photocopy of the Voter’s Identity Card/any other Photo Identity Card.

ii) For foreign nationals (excluding from Nepal and Bhutan): Permission in the form of “No objection” for entering Haldia Dock, from the office of the Superintendent of Police, Purba Medinipur, West Bengal, India, which acts as the District Registration Office for foreigners.

Dock Entry Permits shall not be issued to the mentioned foreign nationals without the aforesaid permission.The aforesaid “No objection”, along with photocopies of Passport and Visa of the foreign national, has to be submitted to the Administration Division of HDC, KoPT, with an application for obtaining Dock Entry Permit(s).

7.23.3 The Contractor will be fully responsible for any injury (whether fatal or otherwise) to their personnel [including that of approved Sub-contractor(s)], for any loss or damage to property or for any other loss, damage, costs and expenses, whatsoever caused, which, but for the granting of such permission, would not have arisen.

7.23.4 The Contractor will be liable to indemnify the Employer against any loss or damage to the property of the Employer or neighbouring property, which may be caused due to any act of the Contractor or their personnel [including that of approved Sub-contractor(s)].

7.23.5 No photograph within the Dock Area shall be taken by the Contractor, without prior permission of the Engineer.

Page 137: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

135

7.24 Transportation of materials

7.24.1 All materials, spare parts, tools, tackles, service equipment, including consumables, required under this contract, will have to be packed, securely placed and protected by the Contractor during transportation. The Contractor will be held responsible for the inefficient packing, storing and protection of the materials.

7.25 Contractor’s equipment

7.25.1 The Contractor shall be responsible for all the equipment of the Contractor. When brought on to the site, the Contractor’s equipment shall be deemed to be exclusively intended for the execution of the work. The Contractor shall not remove from the site any major items or Contractor’s equipment without the consent of the Engineer. However, consent shall not be required for vehicle(s) transporting goods or Contractor’s personnel off site.

7.26 Supply of water and Electricity

7.26.1 Supply of water:

Drinking water supply at the Contractor’s site office, store, workshop, assembly/erection yard, etc. will be given on chargeable basis. For this, the Contractor shall have to make all arrangements, including installation of Water Meter and laying of pipelines from the source(s) identified by KoPT, at their cost. The Contractor will be responsible for maintenance and calibration of such water meter also. Billing against water supply will be done in line with SCC. KoPT do not guarantee uninterrupted supply of water and the Contractor shall not be compensated for any delay or irregularity in supplying water. The Contractor shall have to arrange for the supply of water at his own cost during such periods. However, water supply, if required for the actual work (including erection, commissioning & cleaning work) at the site only and / or maintenance, repair & cleaning work (required to be carried out at site during the “Defect Liability Period”) will be provided free of cost. The Contractor shall have to make all arrangements for laying of pipelines from the source(s) identified by KoPT, at their cost.

7.26.2 Supply of Electricity: Supply of Electricity at the Contractor’s site office, store, workshop, assembly / erection yard, etc. will be on chargeable basis. The Contractor shall have to make all arrangements, including installation of Energy Meter and laying of Cables from the source(s) identified by KoPT, at their cost. The Contractor will be responsible for maintenance and calibration of such Energy Meter also. Billing against electricity charges will be done in line with SCC.

KoPT do not guarantee uninterrupted supply of Electricity and the Contractor shall not be compensated for any delay or irregularity in supplying Electricity. The Contractor shall have to arrange for Electricity at his own cost during such periods.

However, Power supply, required for the actual work (including erection

Page 138: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

136

and commissioning) at the site only and/or maintenance and repair (required to be carried out at site during the “Defect Liability Period”) will be provided free of cost. The Contractor shall have to make all arrangements for laying of Cables from the source(s) identified by KoPT, at their cost.

7.27 Use of ground and land/covered space for Contractor’s establishment

7.27.1 The Contractor shall be allowed to use a suitable land (open space), which in the opinion of KoPT may be absolutely necessary for the proper and efficient execution of works. For this, a token lump sum licence fee of ₹10.00 per month or part thereof will be charged during pendency of the contract and extension thereof, if any.

7.27.2 On completion of work or termination of the contract, the Contractor shall have to clear away all their tools, plants, rubbish and other materials, within a fortnight and hand over vacant and peaceful possession of the same to KoPT, in a tidy and clean condition. The same license fee (₹10.00 per month or part thereof) will be applicable for this additional period (if any) for clearing the space. If the Contractor fails to clear the space and handover the same to the Employer in a clean and tidy condition, within the period mentioned above, KoPT’s “Schedule of Rate” will be applicable for the period beyond that.

7.27.3 The Contractor shall be allowed to erect any temporary structures on this land [as stated in GCC Clause No. 7.27.1] for office and / or store and / or workshop, etc. and make all suitable arrangement for water supply, Electricity supply and sanitary arrangements for the same, at their own cost.

7.27.4 In case the Contractor is interested in taking covered space, office room, etc. of KoPT for the purpose of making a site office and store in the Dock area, the same may also be allotted subject to availability. The rents for such covered spaces or office room of KoPT, to be allotted to the Contractor, shall have to be paid by the Contractor, as per the ‘Schedule of Rent of KoPT, prevailing at that time. In addition to the rent, water consumption charges [as per GCC Clause Nos. 7.26.1] and Electricity consumption charges [as per GCC Clause No. 7.26.2] (if Electricity / water is supplied from KoPT sources) and other applicable charges, as per the notifications of Tariff Authority of Major Ports (TAMP), have to be paid by the Contractor. The Contractor will be responsible for installation, maintenance and calibration of Water Meter and / or Energy Meter also.

7.28 Existing services

7.28.1 Drains, Pipes, Cables, overhead wires and similar services, whether above or below the ground, which may be encountered in the course of the work, shall be saved and kept harmless from injury and/or loss or damages by the Contractor, at their own costs and expenses, so that they continue to be in full and uninterrupted use to the Employer.

7.28.2 The Contractor shall not store any materials or otherwise occupy any part of the site in a manner likely to hinder the operation of such services. The Contractor shall, at their own costs and expenses and without any delay, repair and make good, to the satisfaction of the Employer, any injury and/or loss or damage caused by the Contractor to the same.

Page 139: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

137

7.29 Contractor to prepare working/ progress drawings

7.29.1 The Contractor shall provide and make, at his own expense, any working or progress drawings, required by him or necessary for the proper execution of the works, and shall, when required, furnish copies of the same, free of cost, to the Engineer for his information and/or approval, without meaning thereby the shifting of Contractor’s responsibility on the Engineer, in any way, whatsoever.

7.30 Contractor’s price is inclusive of all costs

7.30.1 Unless otherwise specified, the Contractor shall be deemed to have included in his bid / offer all his cost for supplying and providing all constructional plant, temporary work, materials (both for temporary and permanent works), labour (including supervision thereof), transporting to and from the site and in and about the work, including loading, unloading, fencing, watching, lighting, payment of fees, taxes and duties to the appropriate authorities and other things of every kind required for the construction, erection, completion and maintenance of the work.

7.31 Contractor is responsible for all construction process, except for correctness of design and specification formulated by the Engineer

7.31.1 The Contractor shall be solely responsible for the adequacy, stability and safety of all site operations and methods of construction, even if any prior approval thereto has been taken from the Engineer or his Representative. The Contractor shall not be responsible for the correctness of the design or specification of the temporary and permanent works formulated by the Engineer, but the Contractor shall be fully responsible for the correct implementation thereof, as also for any design and specification prepared/proposed/used by the Contractor.

7.32 Contractor to submit his programme of work

7.32.1 Whenever required by the Engineer or his Representative, the Contractor shall submit to him the details of his (a) programme for execution of the work, (b) proposed procedure and methods of work, I proposed deployment of plant, equipment, labour, materials and temporary

works. The submission to and/or any approval by the Engineer or his Representative to any such programme or particulars shall not relieve the Contractor of any of his obligations under the contract.

7.32.2 If, for any reason, the Contractor be unable to adhere to his earlier programme, he shall submit his revised programme for completion of work within the stipulated time, whenever asked to do so.

7.33 Contractor to supervise the works

7.33.1 Necessary and adequate supervision shall be provided by the Contractor during execution of the works and as long thereafter as the Engineer or his Representative shall consider necessary during the Defect Liability Period (DLP). The Contractor, or his competent and authorised agent or representative, shall be constantly at site and instructions given to him by the

Page 140: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

138

Engineer or his Representative, in writing, shall be binding upon the Contractor subject to limitation in GCC Clause No. 7.16 hereof. The Contractor shall inform the Engineer or his Representative in writing about such representative/agent of him at site.

7.34 Contractor is responsible for line, level, setting out, etc.

7.34.1 The Contractor shall be responsible for the true and proper setting out of the works, in relation to reference points / lines / levels given by the Engineer, in writing. The checking of any setting out or of any alignment or level by the Engineer or his Representative shall not, in any way, relieve the Contractor of his responsibility for the correctness thereof and he shall fully provide, protect and preserve all stakes, templates, bench marks, sight rails, pegs, level marks, profile marks and other things used in setting out the works.

7.35 Contractor is responsible to protect the work

7.35.1 From the commencement of the works till issue of the “Certificate of Completion of Work”, vide GCC Clause No. 9.65 hereof, the Contractor shall take full responsibility for the care thereof. Save for the excepted risks, any damage, loss or injury to the work, or any part thereof, shall be made good by the Contractor, at his own cost, as per instruction and to the satisfaction of the Engineer, failing which, the Engineer or his Representative may cause the same to be made good by any other agency and the expenses, incurred and certified by the Engineer, shall be recoverable from the Contractor, in whatever manner the Engineer shall deem proper. This clause will not apply to that part of the work, which might have been taken over by the Trustees on partial completion of the work and in such case, the Contractor’s obligation will be limited to repairs and replacement for manufacturing or construction defects during the Defect Liability Period, as per the directions of the Engineer, as also for defects/damages, if any, caused to the work by the Contractor during such repairs and replacement during the Defect Liability Period.

7.36 Contractor is responsible for all damages to other structures / persons caused by him in executing the work

7.36.1 The Contractor shall, at his own cost, protect, support and take all precautions in regard to the personnel or structure or services or properties belonging to the Trustees or not, which may be interfered with or affected or disturbed or endangered and shall indemnify and keep indemnified the Trustees against claim for injury, loss or damage caused by the Contractor in connection with the execution and maintenance of the work to the aforesaid properties, structures and services and / or to any person, including the Contractor’s workmen. Cost of Insurance Cover, if any, taken by the Contractor, shall not be reimbursed by the Trustees, unless otherwise stipulated in the contract.

7.37 Fossils, Treasure troves, etc. are Trustees’ property

7.37.1 The Contractor shall immediately inform the Engineer’s Representative if any fossil, coins, articles of value or antiquity and structures and other remains or things of geological or archaeological importance be discovered at site, which shall remain the property of the Trustees, and protect them from being damaged by his workmen and arrange for disposal of them, at the Trustees’

Page 141: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

139

expense, as per the instruction of the Engineer’s Representative.

7.38 Contractor to indemnify the Trustees against all claims for loss, damage, etc.

7.38.1 The Contractor shall be deemed to have indemnified the Trustees against all claims, demands, actions and proceedings and all costs arising there from on account of:

(a) Infringement of any patent right, design, trademark or name or other protected right, in connection with the works or temporary work.

(b) Payment of all royalties, rent, toll charges, local taxes, other payments or compensation, if any, for getting all materials and equipment required for the work.

(c) Unauthorised obstruction or nuisance caused by the Contractor in respect of Public or Private road, railway tracks, footpaths, crane tracks, waterways, quays and other properties belonging to the Trustees or any other person.

(d) Damage/injury caused to any highway and bridge on account of the movement of Contractor’s plants and materials in connection with the work.

(e) Pollution of waterway and damage caused to river, lock, sea-wall or other structure related to waterway, in transporting Contractor’s plants and materials.

(f) The Contractor’s default in affording all reasonable facilities and accommodation, as per the direction of the Engineer or his Representative, to the workmen of the Trustees and other agencies employed by or with the permission and/or knowledge of the Trustees on or near the site of work.

7.39 Dismantled materials Trustees’ property

7.39.1 Debris and materials, if obtained by demolishing any property, building or structure, in terms of the contract, shall remain the property of the Trustees.

7.40 Contractor’s quoted rates / price must be all inclusive

7.40.1 The Contractor’s quoted rates shall be deemed to have been inclusive of the following:

(a) Keeping the site free of unnecessary obstruction and removal from site of constructional plant wreckage, rubbish, surplus earth or temporary works no longer required.

(b) Cleaning and removal from site all the surplus materials, of every kind, to leave the site clean and tidy after completion of the work, without which payment against final bill may be liable to be withheld.

(c) Precautionary measures to secure efficient protection of Docks, the River Hooghly and other waterways against pollution, of whatever nature, during execution and maintenance of the works and to prevent rubbish, refuse and other materials from being thrown into the water by the Contractor’s men or those of his agency.

Page 142: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

140

(d) Making arrangements for deployment of all labourers and workers, local or otherwise, including payment for their wages, transport, accommodation, medical and all other statutory benefits and entry permits, wherever necessary.

(e) Making arrangements, in or around the site, as per the requirements of Calcutta Municipality Corporation or other local authority or the Engineer or his Representative, for preventing

(i) spread of any infectious disease like smallpox, cholera, plague, malaria or dengue, by taking effective actions for destruction of rats, mice, vermin, mosquitoes, etc. and by maintaining healthy and sanitary condition,

(ii) illegal storage and distribution of Drugs, Narcotics, Alcoholic liquor, Arms and Ammunitions,

(iii) unlawful, riotous or disorderly conduct of the Contractor’s or his Sub-contractor’s workmen,

(iv) deployment of workmen of age less than 16 (sixteen) years.

7.41 Notice to Contractor

7.41.1 Every direction or notice to be given to the Contractor shall be deemed to have been duly served on or received by the Contractor, if the same is posted or sent by hand to the address given in the bid or to the Contractor’s Site Office or, in case of Trustee’s enlisted Contractor, to the address as appearing in the Trustee’s Register or to the Registered Office of the Contractor. The time mentioned in these conditions for doing any act after direction or notice shall be reckoned from the time of such posting or despatch.

7.42 Contractor not to publish photograph or particulars of work

7.42.1 The Contractor and his Sub-contractor or their agents and men and any firm, supplying plant, materials and equipment, shall not publish or caused to be published any photographs or description of the works, without the prior authority of the Engineer in writing.

7.43 Contractor to provide facilities to outsiders

7.43.1 The Contractor shall, at the Trustees’ cost to be decided by the Engineer, render all reasonable facilities and co-operation, as per direction of the Engineer or his Representative, to any other Contractor engaged by the Trustees and their workmen, to the Trustees’ own staff and to the men of other Public Body, on or near the site of work, and in default, the Contractor shall be liable to the Trustees for any delay or expense incurred by reason of such default.

7.44 Work to cause minimum possible hindrance to traffic movement

7.44.1 The work has to be carried out by the Contractor causing minimum hindrance for any maritime traffic or surface traffic.

D. STAFF AND LABOUR

7.45 Engagement of staff and labour

Page 143: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

141

7.45.1 The labour, as mentioned in the respective clauses, shall include all labourers of the approved sub-contractor(s), with respect to this contract.

7.45.2 The Contractor shall have to make their own arrangements for the engagement of all staff and labour, for doing the work at site or in respect of or in connection with the execution of work, as also for the transport, housing, feeding. They shall have to ensure making payment to the above staff and labours, to be engaged by them (including the labours, to be engaged by the approved Sub-contractor, if any).

7.45.3 KoPT’s store shall mean any store of Haldia Dock Complex, situated at Haldia.

7.45.4 It is expressly made clear that both before and after the completion of the work or termination of the contract, KoPT shall have no liability, whatsoever, for the personnel to be engaged by the Contractor [or by the approved Sub-contractor(s)] for the work under this contract.

7.46 Labour Laws

7.46.1 The Contractor shall, at all times, during the pendency of the contract [including the period of making good/rectification of deficiencies/defects, if any], have to comply fully with all existing Acts, Regulations and Byelaws, including all statutory amendments and re-enactment of State or Central Government and other Local Authorities and any other enactments and acts that may be passed in future either by the State or the Central Government or Local Authority, including Workmen’s Compensation Act, Labour Laws and Equal Remuneration Act, Factories Act, Minimum Wages Act, Contract Labour (Regulation & Abolition) Act, etc., if applicable and/or as applicable.

7.46.2 If, as a result of the Contractor’s failure, negligence, omission, default or non-observance of any provisions of any laws, the Employer is called upon by any authority to pay or reimburse or required to pay or reimburse any amount, the Employer shall be entitled to deduct the same from any moneys due or that become due to the Contractor under this contract or any other contract or otherwise recover from the Contractor any sums, which the Employer is required or called upon to pay or reimburse on behalf of the Contractor.

All registration and statutory inspection fees, in connection with labour engagement, with respect to this contract, shall have to be paid by the Contractor, if applicable and/or as applicable.

7.46.3 The Contractor shall have to, immediately after the occurrence of any accident, at or near the site or in connection with the execution of the work under the contract, report (over phone or otherwise) to the Engineer or his representative(s) and shall make every arrangement to render all possible assistance to the victim(s) of such accident.

The Contractor shall also have to report such accident to the Engineer, in writing (giving reference to the earlier communication made). Based on such report, necessary communication with the competent authority would be made whenever such a report is required by law.

Page 144: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

142

7.46.4 For any accident occurred within the entire operational area covered under the contract, the Contractor shall have to arrange prompt investigation into the matter through recording of statement of the personnel witnessing the accident. Such “Accident Report”, containing the findings, along with the statements so recorded, shall have to be forwarded by the Contractor to the Engineer at the earliest.

7.46.5 The Contractor shall have to provide full medical treatment to their staff & labourers, in case of “Accident on Duty”, which will inter alia include their obligations under the Workmen’s Compensation Act, 1923, including all amendments thereof.

The Employer shall in no manner be liable to the Contractor or any person engaged/employed by them [including that of Sub-contractor] or any other person, for injuries or death caused as a result of accidents occurred, either within or outside the site of work, under the contract. The Contractor shall be responsible for such contingencies and will make good all claims for compensation, claim by their personnel/workmen or the families of the sufferer(s), as the case may be, or as per the decision of the appropriate authority/tribunal or other involved persons.

7.46.6 The Contractor shall have to indemnify KoPT, in the event of KoPT being held liable to pay compensation for injury to any Contractor’s servants or workmen [including that of Sub-contractor] under the Workmen’s Compensation Act, 1923, as amended from time to time.

7.46.7 Whenever the contract comes to an end with the efflux of time or otherwise or is terminated, the Contractor shall be required to fulfil all their obligations towards their workmen in terms of applicable labour laws and submit necessary documents towards such effect, to the Employer in support of the same. Any deposit, which may be lying with KoPT to their credit, will be liable to be applied for this purpose, if the Contractor fails to comply with the same. In case such documents are not furnished by the Contractor, the Employer will not release the Performance Guarantee/ Security Deposit and any other amount as may remain due to the Contractor

7.47 Health and safety

7.47.1 In the event of any outbreak of illness or an epidemic nature, the Contractor shall have to comply with and carry out such regulations, orders & requirements, as may be made by the Government, or the local medical or sanitary authorities, for the purpose of dealing with and overcoming the same.

7.47.2 The Contractor shall have to ensure safety of all their working personnel to the fullest compliance of the provisions of general safety rules/regulations, including Dock Workers’ (Safety, Health & Welfare) Regulations, 1986.

The Contractor shall be solely responsible for consequences arising out of non-compliance or violation of safety rules/ regulations.

7.47.3 The Contractor [including approved Sub-contractor(s)] shall have to provide (at their own expenses) all required Personal Protection Equipment (PPE) [such as Helmets, Nose Masks, Hand Gloves, etc.] & Safety Gears for all personnel and labourers engaged during the work and in case of their failing to do so, the Employer shall provide the same and recover the cost thereof

Page 145: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

143

from any amount due, or which may become due to the Contractor or from any amount lying with them or under their control.

7.48 Labour licence

7.48.1 Within 7 (seven) days from the date of issuance of the order, the Contractor shall have to apply for labour licence for the maximum number of workers proposed to be deployed for this work. Necessary certificate shall be issued by the Engineer against a request from the Contractor.

Photocopy of the application shall have to be furnished to the Engineer, immediately. However, payment will be released only on furnishing the copy of the Labour Licence to the Engineer. However, such license should be kept valid throughout the actual duration of contract.

7.49 Employees’ Provident Fund & Employees’ State Insurance

7.49.1 The Contractor should have their establishment (with respect to this contract) registered with the concerned authorities under the provision of Employees’ Provident Fund & Miscellaneous Provision Act, 1952 and Employees’ State Insurance Act, 1948. The Contractor shall have to submit the proof of registration as mentioned above immediately after commencement of work.

7.49.2 As per the above mentioned Act, the Contractor is liable for remittance of monthly subscription contribution in respect of Employees’ Provident Fund (EPF) and Employees’ State Insurance (ESI) for the workers engaged by them, wherever applicable. The Contractor shall have to submit the authenticated copy of the challans with respect to subscription / contribution of Employees’ Provident Fund and Employees’ State Insurance (against their respective Code Numbers issued by the Employees’ Provident Fund and Employees’ State Insurance Authorities) by 7th day of every English Calendar Month (during the currency of the contract) along with the list of labourers for whom such deposits have been made.

Payment will be held up if the up-to-date Employees’ Provident Fund and Employees’ State Insurance remittance challan is not submitted in time.

7.49.3 In case, registration with the EPF and ESI Authorities is not applicable for the employees of the Contractor [or for the employees of the Sub-contractor(s)], documentary evidence to establish non-applicability to be submitted by the Contractor.

7.49.4 In case of sub-contracting any part of the work, above requirements should also be fulfilled by the approved Sub-contractor and necessary documents shall have to be submitted in time, as indicated above.

E. PLANT, MATERIALS AND WORKMANSHIP

7.50 Materials to be supplied by the Employer

7.50.1 Regarding supply of any materials by the Trustees to the Contractor, in accordance with the contract, the following conditions shall apply:

a) The Contractor shall, at his own expense, arrange for transporting the materials from the Trustees’ Store [store of Haldia Dock Complex, situated at Haldia], watching, storing and keeping them in his safe

Page 146: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

144

custody, furnishing of statement of consumption thereof in the manner required by the Engineer or his Representative, return of surplus and empty container to the Trustees’ Stores, as per the direction of the Engineer or his Representative.

b) Being the custodian of the Trustees’ materials, the Contractor shall remain solely responsible for any such materials issued to him and for any loss or damage thereof for any reason other than “Excepted Risks”, the Contractor shall compensate the Trustees’, in the manner decided by the Engineer, and shall, at no stage, remove or cause to be removed any such material from the site, without his permission.

c) The Trustees’ materials will generally be supplied in stages and in accordance with the rate of progress of work, but, except for grant of suitable extension of completion time of work as decided by the Engineer, the Contractor shall not be entitled to any other compensation, monetary or otherwise, for any delay in the supply of Trustees’ materials to him. The Contractor shall, however, communicate his requirement of such materials to the Engineer from time to time.

d) Unless stipulated otherwise in the contract, the value of the Trustees’ materials issued to the Contractor shall be recovered from the Contractor’s bills and/or any of his other dues, progressively, according to the consumption thereof on the work and/or in the manner decided by the Engineer or his Representative and at the rate(s) stipulated in the contract. These rates shall only be considered by the Contractor in the preparation of his bid/offer and these will form the basis of escalation/variation, if in future the Contractor is required to procure and provide any such material on the written order of the Engineer, consequent on the Trustees’ failure to effect timely supply thereof.

e) If the Engineer decides that due to the Contractor’s negligence, any of the Trustees’ materials, issued to the Contractor, has been – (i) lost or damaged, (ii) consumed in excess of requirement and (iii) wasted by the Contractor in excess of normal wastage, then the value thereof shall be recovered from the Contractor’s bills, or from any of his other dues, after adding 19.25 % extra over the higher one of the followings:

i) The issue rate of the materials at the Trustees’ Stores, and

ii) The market price of the material on the date of issue, as would be determined by the Engineer.

7.51 Contractor’s arrangement for execution of the work

7.51.1 The Contractor will have to arrange and provide all types of materials, etc. [in line with the Technical Specification] throughout the execution of the contract.

7.51.2 KoPT will not take any responsibility regarding non-availability of any such materials for which Contractor is responsible as per contract. The Contractor shall have to asses the requirement of such materials and keep sufficient

Page 147: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

145

stock.

7.51.3 The Contractor shall have to provide all equipment, including tools, tackles, lifting machineries, air compressor, scaffolding arrangement, different vehicular transport, etc., necessary to execute the work.

7.51.4 All tools & machineries to be used by the Contractor should be suitable for the particular requirement (i.e. capacity should be adequate) and the same should be checked for fitness before use. They should maintain the said equipment properly to ensure their efficient working.

7.51.5 The Contractor shall, at their own costs and expenses, have to provide all labour, plant, haulage, transportation of plant and equipment to be used for executing the contract, all materials, stores, etc. (except the equipments & materials to be provided by KoPT, as per contract) required for efficiently carrying out the work to the satisfaction of the Employer.

7.51.6 The Contractor should use calibrated measuring & testing instruments and should also ensure revalidation of such calibration as and when required. In this regard, initially the Contractor shall have to submit a list of measuring and testing instruments (mentioning the period of validity of Calibration Certificates) to be used. The photocopies of the Calibration Certificates (including the revalidations) of the said measuring and testing instruments, shall have to be submitted to the Engineer.

7.52 Inspection and testing

7.52.1 The Engineer or his authorised Representative shall have, at all reasonable time, access to the Contractor’s premises or work site or other premises [if a part of the work is being executed there or some maintenance repair work (during Defect Liability Period) is being done there] and shall have the power, at all reasonable time, to inspect, examine and test the materials and workmanship, as well as the documents, equipment, tools, measuring & testing instruments, as applicable, in connection with the instant contract (including Defect Liability Period).

7.52.2 The Engineer or his authorised Representative, on giving 7 (seven) days’ notice, in writing, to the Contractor, setting out any ground of objections, in respect of the work, shall be at liberty to reject all or any material and/or workmanship in the subject of any of the said grounds of objection, which are not in accordance with the contract.

7.52.3 Quality of materials, to be provided by the Contractor under this contract, should be as per the satisfaction of the Engineer. Whenever asked, the Contractor shall have to provide free sample for testing.

7.52.4 If found necessary, KoPT reserves the rights to get the materials inspected from a Government or Government recognized Laboratory/Test House.

7.52.5 In case of sub-letting to other Contractors or manufacturers or suppliers by the Contractor, the Engineer will reserve the right as follows:

i) that inspection and / or testing will be carried at the Sub-contractor’s works; or

ii) that inspection will be carried out at site; or

Page 148: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

146

iii) that inspection will be waived, subject to the Contractor furnishing a certificate of compliance with specification by a competent authority recognised by national/international institutes.

7.52.6 The Employer may appoint a Third Party Inspection Agency , as detailed at SCC, at the cost of the Employer, for stage-wise technical inspection and certification of materials & workmanship, including painting, erection, commissioning, etc. [in connection with the contract job, in part or as a whole ]. In that case The relevant Certificates shall be produced by the Third Party Inspection Agency to the Engineer or his authorised Representative.

7.52.7 The stage-wise technical inspection will be carried out by the representative of the Engineer [or Third Party Inspection Agency] based on the approved Quality Assurance Plan (QAP) & Field Quality Assurance Plan (FQAP) [considering the Technical Specification of the bidding documents].

7.52.8 The Contractor shall have to submit a Quality Assurance Plan (QAP) and a Field Quality Assurance Plan (FQAP), based on the Technical Specification and other terms & conditions stipulated in the bidding documents. The QAP & FQAP shall be approved by the “Engineer”.

7.52.9 In all cases where tests are required, within the purview of QAP & FQAP, whether at the premises of the Contractor or any Sub-contractor or elsewhere, the Contractor, except where otherwise specified, shall provide free of charges such labour, materials, electricity, fuel, water, stores, apparatus and instruments, as may reasonably be demanded, to carry out sufficiently such tests and shall, at all times, facilitate the Engineer or his Representative [ and / or the Third Party Inspection Agency] , to accomplish such testing.

7.52.10 The cost of all tests and / or analyses, within the purview of QAP & FQAP, effected at the Contractor’s or Sub-contractor’s works and on the site, shall be borne by the Contractor. The Contractor will be called upon to pay all expenses incurred by the Employer in respect of any work found to be defective or of inferior quality, adulterated or otherwise unacceptable.

7.52.11 If, during inspection by the Third Party Inspection Agency [if appointed by KoPT], any material or test [within the purview of QAP & FQAP] fails to fulfil the contract conditions for more than 2 (two) times, any additional amount charged by the Third Party Inspection Agency towards inspection of the same from the 3rd time onwards shall have to be borne by the Contractor. If the Contractor fails to make such payment to the Third Party Inspection Agency, the same shall be deducted from the bill(s) of the Contractor and paid to the Third Party Inspection Agency

7.52.12 Tests on completion:

On completion of installation, the contractor with give a 7 (seven) days’ notice to the Engineer, in writing (informing the date on which they will be ready to make the tests), before carrying out such tests, in accordance with and in the manner prescribed in the specifications. The procedure specified in SCC shall be followed in this respect.

7.52.13 Notwithstanding the fact that the materials or installations have passed the inspection, the Contractor is not relieved from his obligations to conform to the quality, workmanship, guaranteeing the performance, etc., as per the

Page 149: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

147

contract.

7.53 Contractor to replace materials/work not acceptable to the Engineer or his Representative

7.53.1 The Engineer or his Representative shall have the power to inspect any material and work at any time and to order at any time

a) for removal from the site of any material, which, in his opinion, is not in accordance with the contract or the instruction of the Engineer or his Representative,

b) for the substitution of proper and suitable materials, or

c) the removal and proper re-execution of any work, which, in respect of material and workmanship, is not in accordance with the contract or the instructions of the Engineer.

The Contractor shall comply with such order at his own expense and within the time specified in the order. If the Contractor fails to comply, the Engineer shall be at liberty to dispose any such materials and re-do any work in the manner convenient to the Trustees by engaging any outside agency, at the risk and expense of the Contractor and after giving him a written prior notice of 7 (seven) days.

7.54 Removal of materials on completion

7.54.1 The Contractor shall, on completion of the contract or when directed by the Employer, shall have to remove all plant, equipment, tools, materials, temporary constructions, etc. and rubbish garbage, waste, which may have accumulated during the execution of the contract, other than those permanently used into the work, at Employer’s site.

7.55 Workmanship and secrecy

7.55.1 The Contractor shall carry out the services in conformity with generally accepted norms and sound standards of Engineering. The Contractor shall be responsible for the technical soundness of the services rendered. In the event of any deficiency in those services, the Contractor shall promptly re-do the same, at no additional cost to the Employer.

7.55.2 The Contractor shall use all the documents, drawings and other data & information, of proprietary nature, received from the Employer, solely for the purpose of performing and carrying out the obligations on his part under the Agreement in the performance of the works for the project and maintain utmost secrecy, in this regard. The documents, drawings and other data & information, received from the Employer, shall not be used by the Contractor for any other purpose.

F. COMMENCEMENT, EXECUTION & COMPLETION OF WORK, HANDING OVER AND TAKING OVER

7.56 Preliminary time to commence work and maintenance of steady rate of progress

7.56.1 The Contractor shall commence the work within 7 (seven) days of the receipt of Engineer’s letter informing acceptance of the Contractor’s bid / offer by

Page 150: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

148

the Trustees or within such preliminary time as mentioned by the Contractor in the “Form of Tender” or the time accepted by the Trustees. The Contractor shall then proceed with the work with due expedition and without delay, except as may be expressly sanctioned or ordered by the Engineer or his Representative, time being deemed the essence of the contract on the part of the Contractor.

7.57 Contractor’s site office

7.57.1 The Contractor shall provide and maintain a suitable office at or near the site to which the Engineer’s Representative may send communications and instructions for use of the Contractor.

7.58 Contractor to observe Trustees’ working hours

7.58.1 Unless specified otherwise in the contract or prior permission of the Engineer has been taken, the Contractor shall not execute the work beyond the working hours observed by the Engineer’s Representative and on Sundays and Holidays observed in the Trustees’ system, except in so far as it becomes essential on account of tidal work or for safety of the work. If the progress of the work lags behind schedule or the work has been endangered by any act or neglect on the part of the Contractor, then the Engineer or his Representative shall order and the Contractor, at his own expense, shall work by day and by night and on Sundays and Public Holidays. Any failure of the Engineer or his Representative to pass such an order shall not relieve the Contractor from any of his obligations. The Engineer’s decision, in this regard, shall be final, binding and conclusive.

7.59 Contractor to supply all materials as per requirement of the Engineer or his Representative

7.59.1 Unless stipulated otherwise in the contract, all materials required for the work shall be procured and supplied by the Contractor with the approval of the Engineer or his Representative and subject to subsequent testing, as may be required by the Engineer or his Representative. The Engineer shall exercise his sole discretion to accept any such materials

7.60 Materials and works

7.60.1 Unless stipulated otherwise in the contract, all materials, workmanship and method of measurement shall be in accordance with the relevant Codes (Latest Revision) of the Bureau of Indian Standards and the written instructions of the Engineer or his Representative. Where no specific reference is available in the contract, the material and workmanship shall be of the best of their respective kinds to the satisfaction of the Engineer.

7.61 Contractor to submit samples for approval

7.61.1 Samples shall be prepared and submitted for approval of the Engineer or his Representative, whenever required to do so, all at the Contractor’s cost.

7.62 Contractor to seek approval of Engineer or his Representative before covering up any portion of work

7.62.1 No work shall be covered up and put out of view by the Contractor without approval of the Engineer or his Representative and whenever required by him, the Contractor shall uncover any part or parts of the work or make openings

Page 151: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

149

in or through the same as may be directed by the Engineer or his Representative from time to time and shall reinstate or make good those part of works thus affected, to the satisfaction of the Engineer, all at the cost of the Contractor.

7.62.2 The Trustees shall reimburse such cost, as determined by the Engineer, if the initial covering up was with prior written order of the Engineer or his Representative.

7.63 Contractor to suspend work on order from Engineer or his Representative

7.63.1 On a written order of the Engineer or his Representative, the Contractor shall delay or suspend the progress of the work, till such time the written order to resume the execution is received by him. During such suspension, the Contractor shall protect and secure the work to the satisfaction of the Engineer or his Representative. All extra expenses, in giving effect to such order, shall be considered by the Trustees, unless such suspension is:

a) for removal from the site of any material, which, in his opinion, is not in accordance with the contract or the instruction of the Engineer or his Representative,

b) otherwise provided for in the contract, or

c) necessary by reason of some default on the part of the Contractor, or

d) necessary by reason of climatic conditions on the site, or

e) necessary for proper execution of the works or for the safety of the works or any part thereof.

7.63.2 The Engineer shall settle and determine such extra payment and/or extension of completion time to be allowed to the Contractor, as shall, in the opinion of the Engineer, be fair and reasonable.

7.63.3 If at any time, before or after commencement of the work, the Trustees do not require the whole of the work tendered for, the Engineer shall notify the same to the Contractor in writing and the Contractor shall stop further works in compliance of the same. The Contractor shall not be entitled to any claim for compensation for underived profit or for such premature stoppage of work or on account of curtailment of the originally intended work by reason of alteration made by the Engineer in the original specifications, drawings, designs and instructions.

7.64 Completion Certificate

7.64.1 When the whole of the work [as detailed in GCC Clause No. 7.65 (Completion period)] has been completed to the satisfaction of the Engineer, the Contractor shall, within 21 (twenty one) days of submission of his application to the Engineer, be entitled to receive from him a certificate for completion of work as per the form furnished in Section – XI.

7.65 Completion period

7.65.1 All the jobs, as per contract, are to be completed within the period stipulated in the SCC.

Page 152: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

150

7.66 Taking over of the Contract job by KoPT

7.66.1 The Contract job will be taken over by HDC, KoPT after completion of the works in accordance with the contract, having passed all the tests under “Tests on completion”.

7.66.2 However, the actual date of completion of the contract will be considered as per GCC Clause No. 7.65 [Completion period].

7.67 Defect Liability Period (DLP)

7.67.1 “Defect Liability Period” shall mean the Guarantee Period, as specified in SCC.

7.67.2 During “Defect Liability Period” [as specified in SCC], the Contractor shall nominate 2 (Two) competent, experienced and responsible technical person, to co-ordinate and execute all works to be attended by the Contractor, as per contractual obligations, without any extra cost to HDC, KoPT.

7.67.3 The Contractor shall be responsible for making good (including replacement of defective items, if required), with all possible speed, at their expense, any defect in or damage to any portion of the work, which may appear or occur after the Contract job has been taken over [as per GCC Clause No. 7.66 (Taking over of the Contract job by KoPT)] and before expiry of Defect Liability Period [as specified in SCC] and which arises either:

a) from any defective materials, workmanship or design, or

b) from any act or omission of the Contractor done or omitted during the said period.

7.68 Defects after taking over

7.68.1 If any such defects shall appear or damage occur (as detailed in 7.67.3), the Engineer shall forthwith inform the Contractor thereof, stating in writing the nature of defect or damage. The provision of this clause shall apply to all replacements or renewals carried out by the Contractor to remedy defects and damage as if the said replacements and renewals had been taken over on the date they were completed to the satisfaction of Engineer. After the taking over, if the Contract job cannot be used (for the purpose for which it is intended), during any period, by the reason of a defect or damage, the Defect Liability Period shall be extended accordingly, as specified in SCC.

7.68.2 If any such defect or damage be not remedied by the Contractor within a reasonable time, HDC, KoPT may proceed to do the work at the Contractor’s risk and expense, but without prejudice to any other rights which HDC, KoPT may have against the Contractor in respect of such defects.

7.68.3 All inspection, adjustments, replacement or renewal carried out by the Contractor during the period referred in this clause shall be subject to the conditions of this contract, which shall be binding on the contractor in all respects during the Defect Liability Period and its extension, if any.

7.69 Extension of completion period and liquidated damage

Page 153: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

151

7.69.1 Extension of completion period: Should the quantum of extra or additional work of any kind or delayed availability of the Trustees’ materials to be supplied as per contract or Force Majeure condition (as per GCC Clause No. 7.86) or other special circumstances, of any kind, beyond the control of the Contractor or any other reason not attributable to the Contractor [including hindrance at site of work, causes indicated as “Excepted Risks”, etc.] cause delay in completing the work, the Contractor shall apply to the Engineer, in writing, for suitable extension of completion period, within 7 (seven) days from the date of occurrence of the reason and the Engineer shall thereupon consider the stated reasons in the manner deemed necessary and shall either reject the application or determine and allow, in writing, the extension period as he would deem proper for completion of the work, with or without the imposition of “Liquidated Damage” (GCC Clause No. 7.69.2 hereof) on the Contractor and his decision shall be binding on the Contractor. If an extension of completion period is granted by the Engineer, “Liquidated Damage” (GCC Clause No. 7.69.2 hereof) shall apply from its date of expiry, if the work be not completed within the extended time, unless stated otherwise in the decision communicated by the Engineer, as aforesaid.

7.69.2 Liquidated Damage: If the Contractor fails to complete the work within the stipulated dates [as per GCC Clause No. 7.65 (Completion period)] or such extension thereof, as communicated by the Engineer, in writing, the Contractor shall pay as compensation (Liquidated Damage) to the Trustees and not as a penalty, as per the following: In case of handing over the Contract Job after the scheduled completion period, Liquidated Damage @ ½% of the Contract Price [excluding GST] , for every week or part thereof, beyond the scheduled date of completion, will be deducted from the Contractor’s bill. Provided always the amount of such compensation shall not exceed 10% of the cost the Contract Price [excluding GST].

7.69.3 Without prejudice to any of their legal rights, the Trustees shall have the power to recover the said amount of compensation/damage, as per GCC Clause No. 7.69.2 from any money due or likely to become due to the Contractor. The payment or deduction of such compensation/damage shall not relieve the Contractor from his obligation to complete the work or from any of his other obligations/liabilities under the contract and in case of the Contractor’s failure and at the absolute discretion of the Engineer, the work may be ordered to be completed by some other agency, at the risk and expense of the Contractor, after a minimum 3 (three) days notice, in writing, has been given to the Contractor by the Engineer or his Representative.

G. CONTRACT PRICE , PAYMENT AND DEDUCTIONS

7.70 Contract Price

7.70.1 Price charged by the Contractor for the related services performed under the contract shall not vary from the rates accepted by the Employer, based on the bid/offer of the successful bidder and stated in the “Letter Of Acceptance”,

Page 154: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

152

with the exception of any price adjustment, if provided for in the contract.

7.70.2 Changes in statutory taxes & duties will be adjusted time to time.

7.70.3 No claim whatsoever of the Contractor for their man & material resources remaining idle for any reason or for any other expenses incurred by them due to the flow of work not being continuous or for stoppage of work, will be entertained by the Employer.

7.71 Terms of payment

7.71.1 Payment of Goods & Services Tax (GST): Amount of GST will be borne by HDC, KoPT on production of suitable document(s) by the Contractor.

7.71.2 Time of payment: The Contractor shall have to submit bills in triplicate to the Engineer, in accordance with the stage-wise payments specified in SCC. In normal circumstances, payment of the bills, accompanied by Inspection Certificates & other relevant documents, duly recommended by the Engineer, will be passed within 30 (thirty) days from the date of receipt of such bills, if found in order.

7.71.3 Income Tax deduction:

Income Tax, if any, as per the relevant provision of the Income Tax Act, shall be deducted at source from amount payable to the Contractor.

7.71.4 No interest on account of delayed payments: Any claim for interest will not be entertained by KoPT with respect to any delay on the part of KoPT for making payment, or for any dispute. The decision of the Engineer is final in such matters.

7.72 Extra expenses incurred by the Employer

7.72.1 Any extra expenses incurred in connection to the work by the Employer in the performance of the work owing to the neglect or omission on the part of the Contractor in any of the case mentioned in this contract shall be deducted from any sum due or which may thereafter become due to the Contractor or from any amount lying with them or under their control or they may be called upon to pay the amount of such extra expense to such person or persons as the Employer may appoint to receive the same and in the event of the Contractor failing to make such payment, the said amount shall be recoverable from them in such manner as the Employer may determine,

7.73 Recovery of deducted amount

7.73.1 Without prejudice to any of their legal rights, the Trustees shall have the power to recover the amount of DEDUCTION, from any money due or likely to become due to the Contractor. Such payment or deduction shall not relieve the Contractor from their obligation to complete the work or from any of their other obligations / liabilities under the contract.

7.74 Variation and its valuation

Page 155: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

153

7.74.1 The Engineer shall have the power to order the Contractor, in writing, to make any variation of the quantity, quality or form of the works or any part thereof that may, in his opinion, be necessary and the Contractor upon receipt of such an order shall act as follows:

a) Increase or decrease the quantity of any work included in the contract.

b) Omit any work included in the contract. c) Change the character or quality or kind of any work included in the

contract. d) Change the levels, lines, position and dimensions of any part of the

work, and e) Execute extra and additional work, of any kind, necessary for

completion of the works. 7.74.2 No such variation shall, in any way, vitiate or invalidate the contract or be

treated as revocation of the contract, but the value (if any) of all such variations, evaluated in accordance with the Engineer’s sole decision, shall be taken into account and the contract price shall be varied accordingly.

7.74.3 Provided always that written order of the Engineer shall not be required for increase or decrease in the quantity of any work up to 15%, where such increase or decrease is not the result of any variation order given under this clause but is the result of the quantities exceeding or being less than those stated in the “Price Schedule”. Provided also that verbal order of variation from the Engineer shall be complied with by the Contractor and the Engineer’s subsequent written confirmation of such verbal order shall be deemed to be an order in writing within the meaning of this clause.

7.74.4 The Contractor shall not be entitled to any claim of extra or additional work, unless they have been carried out under the written orders of the Engineer.

7.74.5 The Engineer shall solely determine the amount (if any) to be added to or deducted from the sum named in the tender in respect of any extra work done or work omitted by his order.

7.74.6 All extra, additional or substituted work done or work omitted by order of the Engineer shall be valued on the basis of the rates and prices set out in the contract, if in the opinion of the Engineer, the same shall be applicable. If the contract does not contain any rates or prices directly applicable to the extra, additional or substituted work, then the Engineer may decide the suitable rates on the basis of “Schedule of Rates” (including surcharge in force at the time of acceptance of bid), if any, adopted by the Trustees with due regard to the accepted contractual percentage, if any thereon. In all other cases, the Engineer shall solely determine suitable rates in the manner deemed by him as fair and reasonable and his decision shall be final, binding and conclusive.

7.74.7 If the nature or amount of any omission or addition relative to the nature or amount of the whole of the contract work or to any part thereof shall be such that, in the opinion of the Engineer, the rate of prices contained in the contract for any item of the works or the rate as evaluated under GCC Clause Nos. 7.74.5 & 7.74.6, is by reason of such omission or addition rendered unreasonable or in-applicable, the Engineer shall fix such other rate or price as he deems proper and the Engineer’s decision shall be final, binding and

Page 156: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

154

conclusive.

H. TERMINATION BY EMPLOYER

7.75 Notice to correct

7.75.1 If the Contractor fails to carry out any of their obligations under the contract, the Engineer may give notice to the Contractor, requiring them to make good the failure and to remedy the same within a specified reasonable time.

7.76 Termination by Employer

7.76.1 The Employer shall be entitled to terminate the contract if:

a) the Contractor fails to comply with GCC Clause No. 7.20 [Performance Guarantee / Security Deposit ]

or with a notice under GCC Clause No. 7.75 [Notice to correct], b) the Contractor abandons the work, or repudiates the contract, or

otherwise plainly demonstrates the intention not to continue performance of their obligations under the contract,

c) the Contractor, without reasonable or lawful excuse under this contract,

i ) fails to proceed with the work, within 14 days from the scheduled date for commencement of work, in accordance with GCC Clause No. 7.56 [Preliminary time to commence work and maintenance of steady rate of progress],

ii ) keeps the work suspended for at least 14 days, despite receiving Engineer’s written notice to proceed with the work,

or

iii ) fails to comply with a notice issued regarding rejection of material(s)/work and/or remedial work, within 28 days after receiving it,

d) the Contractor assigns/sub-contracts the whole of the work

Or

sub-contracts any portion of the work, without the required consent, in line with GCC Clause No. 7.22.

e) the Contractor becomes bankrupt or insolvent, goes into liquidation, have a receiving or administrative order made against them, compounds with their creditors, or carries on business under a receiver, trustees or manager for the benefit of their creditors, or if any act is done or event occurs which (under applicable laws) has a similar effect to any of these acts or events,

f) the Contractor gives or offers to give (directly or indirectly) to any person any bribe, gift, gratuity, commission or other thing of value, as an inducement or reward,

Page 157: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

155

i) for doing or forbearing to do any action in relation to the contract, or

ii) for showing or forbearing to show favour or disfavour to any person in relation to the contract,

or, if any of the Contractor’s personnel, Agents or Sub-contractors gives or offers to give (directly or in directly) to any person any such inducement or reward as is described in this sub-paragraph (f). However, lawful inducement and reward to the Contractor’s personnel shall not entitle termination

g) the Contractor fails to execute the work in accordance with the contract or

persistently or flagrantly neglects to carry out their obligations under the contract.

h) the Contractor fail to make payment of wages to their personnel in relation to this contract,

i) the Contractor fails to carry out the work satisfactorily (as stated in these bidding documents or otherwise decided by the Engineer) or may not be able to complete the work within the agreed period on account of Contractor’s lapses.

j) any accident occurs due to improper way of working by the Contractor’s personnel, or

k) any misconduct done by Contractor’s personnel (including that of Agents or Sub-contractors) to KoPT’s employees. In any of these event or circumstances, the Employer may, upon giving a minimum 14 days’ notice [communicated by the Engineer] to the Contractor, terminate the contract and expel the Contractor from the site, without being liable for any compensation to the Contractor. However, in case of sub-paragraph (e) or (f), the Employer may, by notice [communicated by the Engineer], terminate the contract immediately.

The Employer’s election to terminate the contract shall not prejudice any other rights of the Employer, under the contract or otherwise.

7.76.2 Upon receipt of the letter of termination of work, which may be issued by the Engineer on behalf of the Employer, the Contractor shall have to leave the site of work and deliver any required goods, all Contractor’s documents, and other design documents, made by or for them, all the Trustees’ tools, plant and materials issued to them, at the place to be ascertained by the Engineer, within 7 days of receipt of such letter. However, the Contractor shall use their best efforts to comply immediately with any reasonable instructions included in the notice

i) for the assignment of any Sub-contractor,

and

ii) for the protection of life or property or for the safety of the equipment/work.

Page 158: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

156

The Contractor shall not be released from any of their obligations or liability under the contract and the rights & authorities conferred on the Employer and Engineer, by the contract, shall not be affected.

7.76.3 Upon such termination of work, the Employer shall have the power to complete the work by themselves and/or through any other agency at the Contractor’s risk & expense and the Contractor shall be debited any sum or sums that may be expended in completing the work beyond the amount that would have been due to the Contractor, had they duly completed the whole of the work in accordance with the contract. The Employer or such other agency may use, for such completion, so much of the Contractor’s documents, other design documents, made by or on behalf of the Contractor, Contractor’s equipment, temporary work, plant & materials, as they think proper. Upon completion of the work, or at such earlier date, as the Engineer shall give notice that the Contractor’s equipment and temporary work will be released to the Contractor at or near the site, the Contractor shall remove or arrange removal of the same from such place without delay and at their risk & cost. However, if by this time the Contractor has failed to make a payment due to the Employer, these items may be sold by the Employer in order to recover this payment. Any balance of the proceeds shall be paid to the Contractor.

7.77 Valuation at date of termination

7.77.1 As soon as practicable after a notice of termination under GCC Clause No. 7.76 [Termination by Employer], has taken effect, the Engineer shall proceed in accordance with GCC Clause No. 7.19 [Determinations] to agree or determine the value of the work, goods & Contractor’s documents, and any other sums due to the Contractor for work executed, in accordance with the contract. The value of such work (executed in accordance to the Contract) shall be determined based on measurements of actual work done and approved rate(s), as per contract or other rates, as decided by the Engineer. The Engineer’s decision, in such case, shall be final, binding and conclusive.

7.78 Payment after termination

7.78.1 After a Notice of termination, under GCC Clause No. 7.76 [Termination by Employer] has taken effect, the Employer may

a) give notice to the Contractor, indicating the particulars, for which Employer is entitled to any payment under any Clause or otherwise in connection with the contract, and or any extension of the Defect Notification Period.

However , Notice is not required for payments due under GCC Clause No. 7.26 [Supply of water and Electricity], under GCC Clause No. 7.27 [Use of ground and land/covered space for Contractor’s establishment], or for other services requested by the Contractor,

b) withhold further payments to the Contractor until the cost of execution, completion and remedying of any defects, damage, and all other costs

Page 159: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

157

incurred by the Employer, have been established, and / or

c) recover from the Contractor any losses and damages incurred by the Employer and any extra costs of completing the work, after allowing for any sum due to the Contractor under GCC Clause No. 7.77 [Valuation at date of termination]. After recovering any such losses, damages and extra costs, the Employer shall pay any balance to the Contractor.

7.79 Employer’s entitlement to termination for convenience

7.79.1 The Employer, by notice [communicated by the Engineer] sent to the Contractor, may terminate the Contract, in whole or in part, at any time for Employer’s convenience. Such termination shall take effect 28 days after the date on which the Contractor receives this notice or the Employer returns the Performance Guarantee. The notice of such termination shall specify that termination is for Employer’s convenience, the extent to which performance of the Contractor under the contract is terminated, and the date upon which such termination become effective.

The Employer shall not terminate the contract under this Sub-clause in order to execute the work exclusively by themselves or to arrange for work to be executed exclusively by another Contractor or to avoid a termination of the contract by the Contractor under GCC Clause No. 7.82 [Termination by Contractor]. After such termination, the Contractor shall proceed in accordance with GCC Clause No. 7.83 [Cessation of work and removal of Contractor’s equipment] and shall be paid in accordance with GCC Clause No. 7.90 [Optional termination, payment and release].

7.80 Corrupt or fraudulent practices

7.80.1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices, in competing for or in executing the Contract, then the Employer may, after giving 14 days notice to the Contractor, terminate the Contractor’s employment under the Contract and expel them from the Site, and the provisions of GCC Clause Nos. 7.75 to 7.78 shall apply as if such expulsion had been made under GCC Clause No. 7.76 [Termination by Employer]. Should any employee of the Contractor be determined to have engaged in corrupt, fraudulent, collusive, coercive, or obstructive practice during the execution of the work, then that employee shall be removed in accordance with GCC Clause No. 9.21 [Contractor’s personnel and Contractor’s representative].

For the purposes of this clause:

i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;

ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to

Page 160: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

158

mislead, a party to obtain a financial or other benefit or to avoid an obligation;

iii) “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

v) “obstructive practice” is deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede the Employer investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and / or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation.

I. SUSPENSION AND TERMINATION BY CONTRACTOR

7.81 Contractor’s entitlement to suspend work

7.81.1 The Contractor may, if the Employer fails to pay the Contractor the amount due under any certificate of the Engineer within 28 days after the expiry of the time stated in GCC Clause No. 7.71 [Terms of payment] within which payment is to be made, subject to any deduction that the Employer is entitled to make under the Contract, after giving 28 days’ prior notice to the Employer, with a copy to the Engineer, suspended work or reduce the rate of work.

7.81.2 If the Contractor subsequently receives the due payment (as described in the relevant Clause and in the above notice) before giving a notice of termination, the Contractor shall resume normal working as soon as is reasonably practicable.

7.81.3 If the Contractor suspends work or reduces the rate of work in accordance with the provisions of this Clause and thereby suffers delay, the Engineer shall, after due consultation with the Contractor, determine any extension of time or minimum criteria for satisfactory performance, to which the Contractor is entitled and shall notify the Contractor accordingly.

7.82 Termination by Contractor

7.82.1 The Contractor will be entitled to terminate the Contract if:

a) the Contractor does not receive the reasonable evidence within 42 days after giving notice under GCC Clause No. 7.81 [Contractor’s entitlement to suspend work] in respect of a failure of the Employer to pay the Contractor the amount due,

b) the Employer obstruct or refuse any required approval to the issue of any such certificate, which is essentially required for further progress of the work without notifying any reason for such obstruction or refusal for a unreasonably long period of time, or

Page 161: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

159

c) the Employer become bankrupt or insolvent, go into liquidation, or enter into composition with the creditors,

or

d) the Employer give notice to the Contractor that for unforeseen reasons, due to economic dislocation, it is impossible for them to continue to meet their contractual obligations.

In any of these events or circumstances, the Contractor may, upon giving 28 days’ notice to the Employer (with a copy to the Engineer), terminate the Contract.

The Contractor’s election to terminate the Contract shall not prejudice any other rights of the Contractor, under the Contract or otherwise.

7.83 Cessation of work and removal of Contractor’s equipment

7.83.1 After a notice of termination under GCC Clause No. 7.79 [Employer’s entitlement to termination for convenience], GCC Clause No. 7.82 [Termination by Contractor] or GCC Clause No. 7.90 [Optional termination, payment and release] has taken effect, the Contractor shall promptly:

a) cease all further work, except for such work as may be necessary and instructed by the Engineer for the purpose of making safe or protecting those parts of the work already executed and any work required to leave the site in a clean and safe condition.

b) hand over all construction documents, Plant and Materials for which the Contractor has received payment.

c) hand over those other parts of the Works executed by the Contractor up to the date of termination

d) remove all Contractor’s equipment, which is on the site and repatriate all their staff and labour from the site.

And

e) remove all other goods from the site, except as necessary for safety, and leave the site.

Any such termination shall be without prejudice to any other right of the Contractor under the contract.

7.84 Payment on termination

7.84.1 After a notice of termination under GCC Clause No. 7.82 [Termination by Contractor] has taken effect, the Employer shall promptly:

a) return the Performance Guarantee / Security Deposit to the Contractor

b) pay the Contractor in accordance with GCC Clause No. 7.90 [Optional termination, payment and release] ,

and

Page 162: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

160

c) pay to the Contractor the amount of any loss or damage sustained by the Contractor as a result of this termination.

J. INSURANCE

7.85 General requirements for insurances

7.85.1 The contractor during the contract period shall provide for insurance of 110% of the contract value including manning upto the commissioning and taking over of the installation.

K. FORCE MAJEURE

7.86 Definition of Force Majeure

7.86.1 In this clause “Force Majeure “ means an exceptional event or circumstance

a) which is beyond the control of the Employer and the Contractor,

b) which such party (Employer / Contractor) could not reasonably have provided against before entering into the contract,

c) which, having arisen, such party could not reasonably have avoided or overcome,

and

d) which is not attributable to other party.

Force Majeure may include, but not limited to, exceptional events or circumstances of the kind listed below, so long as conditions a) to d) above are satisfied:

i) war, hostilities (whether war be declared or not) , invasion, act of foreign enemies;

ii) rebellion, terrorism, sabotage by persons other than the Contractor’s personnel, revolution, insurrection , military or usurped power, or Civil War;

iii) riot, commotion, disorder, strike or lockout by persons other than the Contractor’s personnel;

iv) munitions of war, explosive materials, ionisation radiation or contamination by radio-activity, except as may be attributable to the Contractor’s use of such munitions, explosives, radiations or radio-activity;

v) natural catastrophes such as earthquake, tsunami (caused by earthquake at the ocean bed),fire, floods, hurricane, cyclone, typhoon or volcanic activity,

and

vi) pressure waves caused by air craft or other aerial devices travelling at sonic or supersonic speed at the site of the work.

7.87 Notice of Force Majeure

Page 163: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

161

7.87.1 If a party is or will be prevented from performing its obligations under the Contract by Force Majeure, then it shall give notice to the other party of the event or circumstances constituting the Force Majeure and shall specify the obligations, the performance of which is or will be prevented. The notice shall be given within 48 (forty eight) hours of the alleged beginning of the relevant event or circumstance constituting Force Majeure, giving full particulars and satisfactory evidence. The party shall, having given notice, be excused performance of its obligations for so long as such Force Majeure prevents it from performing them.

Notwithstanding any other provision of this clause, Force Majeure shall not apply to obligations of either party to make payments to the other party under the contract.

7.88 Duty to minimise delay

7.88.1 Each party shall at all times use all reasonable endeavours to minimise any delay in the performance of the contract as a result of Force Majeure. A Party shall give notice to the other party when it ceases to be affected by the Force Majeure, within 48 (forty eight) hours of such ending.

7.89 Consequences of Force Majeure

7.89.1 If the Contractor is prevented from performing its substantial obligations under the Contract by Force Majeure of which notice has been given under GCC Clause No. 7.87 [Notice of Force Majeure], and suffers delay and/or non-performance as per the contractual obligations, by reason of such Force Majeure, the Contractor shall be entitled, subject to GCC Clause No. 7.91 [Engineer’s decision], to:

a) an extension of time for any such delay, if completion is or will be delayed, under GCC Clause No. 7.69 [Extension of completion period and liquidated damage],

and

b) non-imposition of penalty due to non-performance as per the contractual obligations.

After receiving this notice, the Engineer shall proceed in accordance with GCC Clause No. 7.19 [Determinations] to agree or determine these matters.

7.90 Optional termination, payment and release

7.90.1 If the execution of all the work in progress is prevented for a continuous period of 84 days by reason of Force Majeure of which notice has been given under GCC Clause No. 7.87 [Notice of Force Majeure], or for multiple periods which total more than 140 days due to the same notified Force Majeure, then either party may give to the other party a notice of termination of the contract. In this event, the termination shall take effect 7 days after the notice is given, and the Contractor shall proceed in accordance with GCC Clause No. 7.83 [Cessation of work and removal of Contractor’s equipment].

Page 164: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

162

Upon such termination, the Engineer shall determine the value of the work done and issue a payment certificate which shall include:

a) The amounts payable for any work carried out for which a price is staed in the Contract;

b) the cost of plant and materials ordered for the work which have been delivered to the Contractor, or of which the Contractor is liable to accept delivery. Such Plant and Materials shall become the property of (and be at the risk of) the Employer when paid for by the Employer and the Contractor shall place the same at the Employer’s disposal;

c) any other cost or liability, which in the circumstances was reasonably incurred by the Contractor in the expectation of completing the Works;

d) the reasonable Cost of removal of temporary work and Contractor’s equipment from the site and the return of such items to the Contractor’s premises,

and

e) the reasonable cost of repatriation of the Contractor’s staff and labour employed wholly in connection with the work at the date of such termination.

L. CLAIMS, DISPUTES AND ARBITRATION

7.91 Engineer’s decision

7.91.1 If a dispute of any kind whatsoever arises between the Employer and the Contractor in connection with, or arising out of, the contract or the execution of the works, whether during the execution of the works or after their completion and whether before or after repudiation or other termination of the contract, including any dispute as to any opinion, instruction, determination certificate or valuation of the Engineer, the matter in dispute shall, in the first place, be referred, in writing, to the Engineer within 30 (thirty) days, with a copy to the other party. Such reference shall state that it is made pursuant to this clause. No later than the thirtieth day after the day on which he received such reference, the Engineer shall give notice of his decision to the Employer and the Contractor. Such decision shall state that it is made pursuant to this clause.

Unless the contract has already been repudiated or terminated, the Contractor shall, in every case, continue to proceed with the works with all due diligence and the Contractor and the Employer shall give effect forthwith to every such decision of the Engineer unless and until the same shall be revised, as hereinafter provided, in an amicable settlement or an arbitral award. If either the Employer or the Contractor be dissatisfied with any decision of the Engineer, or if the Engineer fails to give notice of his decision on or before the thirtieth day after the day on which he received the reference, then either the Employer or the Contractor may, on or before the seventieth day after the day on which he received notice of such decision, or on or before the seventieth day after the day on which the said period of thirty days expires, as the case may be, give notice to the other party, with a copy for information to the Engineer, of his intention to commence arbitration, as hereinafter

Page 165: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

163

provided, as to the matter in dispute. Such notice shall establish the entitlement of the party giving the same to commence arbitration, as hereinafter provided, as to such dispute and, subject to GCC Clause No. 7.94 (Failure to comply with Engineer’s decision), no arbitration in respect thereof may be commenced unless such notice is given. If the Engineer has given notice of his decision as to a matter in dispute to the Employer and the Contractor and no notice of intention to commence arbitration as to such dispute has been given by either the Employer or the Contractor on or before the seventieth day after the day on which the parties received notice as to such decision from the Engineer, the said decision shall become final and binding upon the Employer and the Contractor.

7.92 Amicable settlement

7.92.1 Where notice of intention to commence arbitration as to a dispute has been given in accordance with GCC Clause No. 7.91 (Engineer’s decision) above, both parties shall attempt to settle the dispute amicably before the commencement of arbitration. However, unless both parties agree otherwise, arbitration may be commenced on or after the fifty-sixth day after the day on which a notice of intention to commence arbitration of such dispute was given, even if no attempt at amicable settlement thereof has been made.

7.93 Arbitration

7.93.1 Any dispute in respect of which

a) the decision, if any, of the Engineer, has not become final and binding pursuant to GCC Clause No. 7.91 (Engineer’s decision) and

b) amicable settlement has not been reached within the period stated in GCC Clause No. 7.92 (Amicable settlement),

shall be finally settled by arbitration, in accordance with the Arbitration and Conciliation Act, 1996 (considering its amendment in 2015) or any statutory modification or re-enactment thereof and rules made there under and for the time being in force. The Arbitration Tribunal shall be composed as per provision of the Arbitration and Conciliation Act, 1996 (considering its amendment in 2015) or any statutory modification or re-enactment thereof and rules made there under and for the time being in force.

7.93.2 In connection with the instant contract:

a) the place of arbitration shall be Kolkata or Haldia, West Bengal, India, b) the arbitration shall be conducted in English language,

and

c) the fees, if any, of the Arbitrators, if required to be paid before the award of work in respect to disputes is made and published, shall be shared equally by each of the parties

7.93.3 The Arbitrators shall have full power to open up, review and revise any certificate, determination, instruction, opinion, valuation or decision of the Engineer, relevant to the dispute. Nothing shall disqualify representatives of the parties and the Engineer from being called as a witness and giving

Page 166: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

164

evidence before the Arbitrators on any matter, whatsoever, relevant to the dispute.

7.93.4 Neither party shall be limited in the proceedings before such Arbitrators to the evidence or arguments put before the Engineer for the purpose of obtaining his said decision pursuant to GCC Clause No. 7.91 (Engineer’s decision). No such decision shall disqualify the Engineer from being called as a witness and giving evidence before the Arbitrators on any matter whatsoever relevant to the dispute.

7.93.5 Arbitration may be commenced prior to or after completion of the works, provided that the obligations of the Employer, the Engineer and the Contractor shall not be altered by reason of the arbitration being conducted during the progress of the works.

7.94 Failure to comply with Engineer’s decisions

7.94.1 Whether neither the Employer nor the Contractor has given notice of intention to commence arbitration of dispute within the period stated in GCC Clause No. 7.91 (Engineer’s decision) and the related decision has become final and binding, either party may, if the other party fails to comply with such decisions, and without prejudice to any other rights it may have, refer the failure to arbitration, in accordance with GCC Clause No. 7.93 (Arbitration). The provision of GCC Clause No. 7.91 (Engineer’s decision) and GCC Clause No. 7.92 (Amicable settlement) shall not apply to any such reference.

7.95 Progress of work not to be interrupted

7.95.1 The Contractor must, at all the times, fulfil their obligations under the contract and shall not slow down or stop the progress of work during the period any dispute is under settlement either through reference to the Engineer or through arbitration, pursuant to the preceding clauses. Even if the works to be carried out during such a period involve matters under dispute, the Contractor shall nevertheless proceed with the works as per direction of the Engineer, pending settlement of the dispute. Failure of the Contractor, in this respect, shall constitute default on their part and render them liable to actions under the provisions of GCC Clause No. 7.76 [Termination by Employer].

Page 167: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

165

SECTION – VIII

SPECIAL CONDITIONS OF CONTRACT (SCC) The following Special Conditions of Contract (SCC) shall supplement the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

Clause No. 7.20.1 Clause No. 7.20 Performance Guarantee / Security Deposit

i) Performance Guarantee / Security Deposit for the materials, installations & workmanship, with respect to the instant work, as a whole:

Within 28 (twenty-eight) days of issuance of “Letter of Acceptance (LOA)”, the Contractor shall have to provide an irrevocable and unconditional Bank Guarantee, from a Nationalized Bank/Scheduled Bank in India, in the amount, 10 % of the contract value excluding GST . This Performance Bank Guarantee should be kept valid and enforceable till a date, covering at least 3 (three) months beyond the date of expiry of the Defect Liability Period of the Contract job [for the materials, installations & workmanship, with respect to the instant work, as a whole] (as specified in SCC Clause No. 7.67.1). In case the actual duration of the aforesaid Defect Liability Period is required to be extended, the validity of this Bank Guarantee shall have to be extended till a date, covering at least 3 (three) months beyond the date of expiry of such extended duration of the Defect Liability Period.

Failure of the Contractor to submit the aforesaid Performance Bank Guarantee and in the manner stated above, shall constitute sufficient grounds for termination of the contract and forfeiting the Earnest Money Deposit.

Clause No. 7.20.11 The procedure of release / refund of Performance Guarantee / Security Deposit

would be as follows: i) Performance Guarantee / Security Deposit for the materials, installations &

workmanship, with respect to the instant work , as a whole: On submission of Performance Guarantee/Security Deposit [as stated in SCC

Clause No. 7.20.1 ii)] and on successful completion of the ‘Defect liability period’ (considering extension, if any) of the Contract job [for the materials, installations & workmanship, with respect to the instant work, as a whole] (as specified in SCC Clause No. 7.67.1), the Contractor may apply for release / refund of his Performance Guarantee/Security Deposit [as stated in SCC Clause No. 7.20.1 i)] by submitting an application to the Engineer, in this regard, whereupon the Engineer shall issue necessary recommendation for release of the said Performance Guarantee/Security Deposit [as stated in SCC Clause No. 7.20.1 i)] or refund the balance due against the Performance Guarantee/Security Deposit [as stated in SCC Clause No. 7.20.1 i)] to the Contractor, after making deduction there from in respect of any sum due to the Trustees from the Contractor.

Page 168: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

166

Clause No. 7.26.1 Clause No. 7.26 Supply of water and Electricity

Supply of water:

Billing against supply of water will be done on the basis of actual consumption recorded through water meter at the rate INR 38.65 (including overhead charges @ 19.25%) per KL of Fresh Water [As directed by TAMP (Tariff Authority for Major Ports)], with escalation @ 5% per annum.

The water consumption charges [based on the prevalent rates of KoPT, as may be amended from time to time] shall have to be paid by the Contractor immediately, on receipt of the bill from the office of the Finance Division, Haldia Dock Complex. All payment on this account should be updated, otherwise the pending bill amount, along with late payment surcharge, will be recovered from the Contractor’s bill(s).

Clause No. 7.26.2 Supply of Electricity:

Electricity charges will be determined on the basis of Chargeable Unit (kWh) [actual Unit (kWh) consumed (recorded through Energy Meter) plus 3% on actual Unit consumed] and applicable rate of West Bengal State Electricity Distribution Company Limited (WBSEDCL). Billing will be done on the basis of Electricity charges and overhead charges @ 19.25% [on the aforesaid Electricity charges] as per the notifications of Tariff Authority of Major Ports (TAMP). The Electricity consumption charges [based on the prevalent rates of WBSEDCL, as may be amended from time to time] shall have to be paid by the Contractor immediately, on receipt of the bill from the office of Finance Division, Haldia Dock Complex. All payment on this account should be updated, otherwise the pending bill amount, along with late payment surcharge, will be recovered from the Contractor’s bill(s).

Clause No. 7.27.1 Clause No. 7.27 Use of ground and land / covered space for Contractor’s establishment

The Contractor shall be allowed to use a suitable land (open space), which in the opinion of KoPT may be absolutely necessary for the proper and efficient execution of works. Rent of such open space shall have to be paid by the Contractor as per “Schedule of Rent of KoPT” prevailing at that time will be charged during pendency of the contract and extension thereof, if any.

Clause No. 7.27.2

On completion of work or termination of the contract, the Contractor shall have to clear away all their tools, plants, rubbish and other materials, within a fortnight and hand over vacant and peaceful possession of the same to KoPT, in a tidy and clean condition. The Rent of such open space will be as per KoPT’s “Schedule of Rent” will be applicable for this additional period (if any) for clearing the space. If the Contractor fails to clear the space and handover the same to the Employer in a clean and tidy condition, within the period mentioned above, KoPT’s “Schedule of Rent” will be applicable for the period beyond that.

Page 169: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

167

Clause No. 7.52.1 Clause No. 7.52 Inspection and testing

The Employer shall appoint a Third Party Inspection Agency, at the cost of the Employer, for stage-wise technical inspection and certification of materials & workmanship, including painting, erection, commissioning, etc. [in connection with the contract job, as a whole]. The relevant Certificates shall be produced by the Third Party Inspection Agency to the Engineer or his authorised Representative.

The stage-wise technical inspection will be carried out by the Third Party Inspection Agency based on the approved Quality Assurance Plan (QAP) & Field Quality Assurance Plan (FQAP) [considering the Technical Specification of the bidding documents].

The Contractor shall have to submit a Quality Assurance Plan (QAP) and a Field Quality Assurance Plan (FQAP), based on the Technical Specification and other terms & conditions stipulated in the bidding documents. The QAP & FQAP shall be approved by the “Engineer”, after the same are duly recommended by the Third Party Inspection Agency. The Technical Inspection & Certification will be carried out by the Third Party Inspection Agency, in accordance with approved QAP & FQAP.

In all cases where tests are required, within the purview of QAP & FQAP, whether at the premises of the Contractor or any Sub-contractor or elsewhere, the Contractor, except where otherwise specified, shall provide free of charges such labour, materials, electricity, fuel, water, stores, apparatus and instruments, as may reasonably be demanded, to carry out sufficiently such tests and shall, at all times, facilitate the Engineer or his Representative and the Third Party Inspection Agency, to accomplish such testing.

The cost of all tests and/or analyses, within the purview of QAP & FQAP, effected at the Contractor’s or Sub-contractor’s works and on the site, shall be borne by the Contractor. The Contractor will be called upon to pay all expenses incurred by the Employer in respect of any work found to be defective or of inferior quality, adulterated or otherwise unacceptable.

If, during inspection by the Third Party Inspection Agency [appointed by KoPT], any material or test [within the purview of QAP & FQAP] fails to fulfil the contract conditions for more than 2 (two) times, any additional amount charged by the Third Party Inspection Agency towards inspection of the same from the 3rd time onwards shall have to be borne by the Contractor. If the Contractor fails to make such payment to the Third Party Inspection Agency, the same shall be deducted from the bill(s) of the Contractor and paid to the Third Party Inspection Agency.

Clause No. 7.52.12

Tests on completion:

On completion of installation, the contractor shall give a 7 (seven) days’ notice to the Engineer [with a copy to the Third Party Inspection Agency, appointed by KoPT], in writing (informing the date on which they will be ready to make the tests), before carrying out such tests, in accordance with and in the manner prescribed in the specifications.

Page 170: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

168

If any portion of work fails under the tests to fulfil the contract conditions, tests of the faulty portion shall, if required by the Third Party Inspection Agency (appointed by KoPT) or the Engineer or by the Contractor, be repeated within reasonable time, upon the same terms and conditions.

If such “Tests on completion” cannot be carried out successfully by the Contractor within 1 (one) month after the time fixed by the Contractor and if, in opinion of the Engineer, the tests are being unduly delayed, the Engineer may, in writing, call upon the Contractor, with 7 (seven) days’ notice, to make such tests, failing which the Engineer may proceed to make such tests himself, at the Contractor’s risk and expense. In the above eventuality, the Employer shall, nevertheless, have the right of using the installations at the Contractor’s risk until the “Tests on completion” are successfully carried out.

Clause No. 7.65.1 Clause No. 7.65 Completion Period

All the jobs (including submission of As Built Drawings), as per contract, are to be completed within 12 (Twelve) months from the date of issue of Letter of Acceptance (LOA) [i.e. award of contract].

Clause No. 7.67.1 i) “Defect Liability Period” of the Contract job:

Clause No. 7.67 Defect Liability Period (DLP) “Defect Liability Period” of the Contract job [for the materials, installations &

workmanship, with respect to the instant job, as a whole] shall mean the Guarantee Period, which starts from the date of taking over the Contract job [as per GCC Clause No. 7.66 (Taking over of the Contract job by KoPT)] and will continue till expiry of 24 (twenty four) months, calculated from the date of taking over the Contract job.

Clause No. 7.67.2

During “Defect Liability Period” of the Contract job [as specified in SCC Clause No. 7.67.1 i)], the Contractor shall nominate 1 (one) competent, experienced and responsible technical person, to co-ordinate and execute all works to be attended by the Contractor, as per contractual obligations, without any extra cost to HDC, KoPT.

Clause No. 7.68.1 Clause No. 7.68 Defects after taking over

After the taking over of the Contract job, if the same cannot be used (for the purpose for which it is intended), during any period, by the reason of a defect or damage, the Defect Liability Period shall be extended accordingly. If only a portion of the Contract job is affected, the Defect Liability Period shall be extended [in case the defects is not rectified or defective materials is not replaced within 12 (twelve) hours of its occurrence] only for that portion, provided the other potions of the Contract job remains in order, fulfilling contract conditions. In neither case shall the Defect Liability Period be extended beyond 36 (thirty six) months [from the date of taking over the Contract job] for the materials, installations & workmanship, with respect to the instant job, as a whole.

Page 171: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

169

Clause No. 7.71.2

Payment to the Successful Bidder will be made stage-wise as indicated below :- a) Against Supply & Delivery : i) Payment for 70% amount of each item will be made against supply

of respective item at site and submission of bills along with Custodian Certificate and other relevant documents like Inspection Reports, Challans, etc.

ii) Payment for 20% amount of each item will be made against installation of the respective item and submission of bills along with Installation Certificate.

iii) Payment for 10 % amount will be made against Testing, successful commissioning, taking over the commissioned job by KoPT and submission of bills, along with Job Completion Certificate.

b) Against Installation and Commissioning : i) Payment for 90% amount of each item will be made against

installation of the respective item and submission of bills along with Installation Certificate.

ii) Payment for 10 % amount will be made against Testing, successful commissioning, taking over the commissioned job by KoPT and submission of bills, along with Job Completion Certificate.

Clause No 7.71 Terms of payment

Page 172: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

170

SECTION – IX

BIDDING FORMS

BIDDING FORM – I

MINIMUM ELIGIBILITY CRITERIA

[To be filled up and uploaded, duly signed & stamped]

(I) ANNUAL TURNOVER STATEMENT

The annual turnover of ……………………………..( name of the bidding firm), for the years 2015-16, 2016-17 and 2017-18 , based on the Balance Sheets and Profit & Loss Accounts, are given below:

Financial years Turnover (as per Auditor’s Report / Balance Sheet)

[in Rs ]

2015-2016

2016-2017

2017-2018

Total

Average Annual Turnover

SIGNATURE OF CHARTERED ACCOUNTANT ::

NAME OF CHARTERED ACCOUNTANT ::

(COMPANY SEAL)

NOTE : Copy of Balance Sheets and Profit & Loss Accounts enclosed with sealed & signed.

(II) TECHNICAL EXPERIENCE

Page 173: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

171

Sl. No.

Contract No. / Order No. and

date

Name of the Employer and Place of work

Contract value

[in Rs. ]

Date of completion

of work

Page number(s) of

reference / supporting

document (s), uploaded.

Page 174: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

172

BIDDING FORM-II

OTHER DOCUMENTS

[To be filled up and uploaded, duly signed & stamped]

Requirement Submitted/Not submitted

[Put √ if submitted & X if not submitted]

Validity/ For the

month of

a)

i) GST Registration Certificate. If submitted,

Page Number(s):

Not applicable.

ii) Document in support of non-applicability.

If submitted,

Page Number(s):

Not applicable.

b)

If submitted,

Page Number(s):

i) Profession Tax Clearance Certificate (PTCC)

OR

Profession Tax Payment Challan (PTPC)

If submitted,

Page Number(s):

ii) Document in support of non-applicability.

If submitted, Page Number(s):

Not applicable.

c)

i) Certificate for allotment of EPF Code No.

If submitted,

Code No.: Page Number(s):

Not applicable.

ii) Latest EPF Payment Challan. If submitted, Page Number(s):

iii) Document in support of non-applicability.

If submitted, Page Number(s):

Not applicable.

d)

Page 175: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

173

Requirement Submitted/Not submitted [Put √ if submitted & X if not submitted]

Validity/ For the

month of

i) Registration Certificate of ESI Authority.

If submitted, Code No.:

Page Number(s):

Not applicable.

ii) Affidavit, Declaration and Indemnity Certificate.

If submitted, Page Number(s):

Not applicable.

e) PAN Card If submitted,

PAN No.: Page Number(s):

Not applicable.

f) MSME / MSE / DIC / SSI / NSIC certificate

If submitted,

Page Number(s):

g) Power of Attorney If submitted,

Page Number(s):

Not applicable.

Page 176: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

174

BIDDING FORM-III

GENERAL INFORMATION OF THE BIDDER

[To be filled up and uploaded, duly signed & stamped]

1. Bidder’s Legal Name (IN CAPITAL LETTERS)

a ) Country of registration.

b ) Year of registration.

c ) Legal address in country of registration.

2.

d ) URL of the bidder.

Information regarding bidder’s authorised representative(s) / contact person(s)

a ) Name(s)

b ) Address(es)

c ) Telephone number(s)

d ) Facsimile number(s)

3.

e ) Electronic mail address

4. a ) Address of the branch office, if any

b ) Name of the contact person at branch office

c ) Telephone number(s)

Page 177: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

175

d ) Facsimile number(s)

e ) Electronic mail address

5. Whether the bidder is a Proprietorship Firm or Partnership Firm or Limited Company.

6. Details of the Banker(s) :

a ) Name of the Banker(s) in full.

b ) Address(es) of the Banker(s)

c ) Telephone number(s)

d ) Facsimile number(s)

e ) Electronic mail address

f ) Name(s) of the contact person(s)

Bank details for ECS payment :

a ) Bank Account number.

b ) Name of the bank.

c ) Name of the branch.

d ) Address of the branch.

e ) RTGS code of the branch.

7.

f ) MICR code of the branch.

8. Income Tax and Goods & Services Tax (GST) details (if applicable):

a) Permanent Account Number (PAN)

b) GST Registration Number (GSTIN)

9. Employees’ Provident Fund (EPF) Code No.

10. Employees’ State Insurance (ESI) Code No.

11. Mainlines of business

Page 178: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

176

BIDDING FORM-IV

FORMAT FOR DECLARATION [ To be printed on the bidder’s Letter Head and uploaded after signing]

To, General Manager (Engg.) Haldia Dock Complex ; Kolkata Port Trust Name of Work: Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

Tender No. SDM(P&E)/T/33/2018-2019

E-Tender No.KoPT/Haldia Dock Complex/P&E Div/35/18-19/ET/372

I ………………………………………………………………….., the authorized signatory of the …………………………………………………. (Name of the Company /Firm) do hereby declare / confirm that :

* I / We have not been debarred, banned or delisted by any Government or Quasi-Government Agencies or Public Sector Undertakings in India.

I / we have not made any addition / modification / alteration in the Bidding Documents (including Bidding Forms & Contract Forms) hosted in the websites.

The prices have been quoted in the Price Bid, electronically, through the website of MSTC Ltd. only and no direct or indirect mention of the prices has been made by me / us anywhere else in my / our bid.

No extraneous conditions (like “Not Applicable”, conditional rebate, etc.), regarding the Price Bid, have been mentioned anywhere in our bid.

Signature of authorised person of the bidder

(with office seal)

In case the firm has been debarred or banned or delisted by any Government or Quasi-Government Agencies or Public Sector Undertaking in India, then the same should be declared properly, after modifying the sentence, suitably.

Page 179: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

177

BIDDING FORM-V

FORM OF TENDER [ To be printed on the bidder’s Letter Head and uploaded after signing]

To, General Manager (Engg.) Haldia Dock Complex ; Kolkata Port Trust Name of Work : Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT

Tender No. : SDM(P&E)/T/33/2018-2019

E-Tender No.: KoPT/Haldia Dock Complex/P&E Div/35/18-19/ET/372

I/We …..………………………………………. (Name of the bidder) ……………….of ……………………..………(Address of the bidder) ……………………………………. Having examined the site of work, inspected the drawings and read the bidding documents [including all addenda / corrigenda, issued i.e. …………………………. {insert Addendum / Corrigendum / Extension No(s)}], hereby bid and undertake to execute & complete all the work related to “Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT”, required to be performed in accordance with the Technical Specification, General Conditions of Contract (GCC), Special Conditions of Contract (SCC), etc., at the rates & prices quoted in the Price Bid [submitted electronically, through the website of MSTC Ltd. ], within …………………month from the date of order to commence the work , in the event of our bid being accepted. I/we also undertake to enter into a Contract Agreement in the form hereto annexed [Section XI] with such alterations or additions thereto, which may be necessary to give effect to the acceptance of the bid and incorporating such Technical Specification, General Conditions of Contract (GCC), Special Conditions of Contract (SCC), etc. and I/we hereby agree that until such contract agreement is executed, the said Technical Specification, General Conditions of Contract (GCC), Special Conditions of Contract (SCC), etc. and the bid, together with the acceptance thereof in writing, by or on behalf of the Employer, shall be the contract.

I / We require ………………………………..days preliminary time to arrange and procure the materials, tools & tackles, etc. required by the work, from the date of acceptance of bid, before I/we could commence the work.

I / We have Rs.7,47,285.00 (Indian Rupees: seven lakh forty seven thousand and two hundred eighty five) only using the Axis Bank Payment Gateway, vide URN

Page 180: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

178

No.:…………………………………. …………… of ……………………………………………………, as Earnest Money Deposit.

I/We agree that the period for which the bid shall remain open for acceptance, shall not be less than …………. Days, from the last date of submission of bid.

WITNESS:

( Signature of authorised person of the bidder )

Signature:

Name : ______________________________

Name: (In Block Letters)

Designation : ________________________

Address:

Date : _______________________________

Occupation:

(Office Seal)

Page 181: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

179

Applicable % of GST Sl. No. `Item Description Unit Quantity SGST CGST IGST

PART A- ELECTRICAL INSTALLATIONS AT INTAKE SUB-STATION:-

1

HT 33 KV Outdoor PCVCB with control and relay Panel:- Design, fabricate, supply, installation, testing and commissioning of Outdoor 33 KV PCVCB, 800A, 3 phase, 50HZ, 31.5KA for 3sec.along with control and relay Panel as per the Technical Specification.

(i) Supply Set. 1 (ii) Installation, testing and commissioning Set. 1

2

HT 33KV Outdoor PT:- Design, fabricate, supply, installation, testing and commissioning of outdoor Oil filled hermitically sealed HT PT 33KV/√3 / 110/√3V 100VA,1 phase, 50HZ, 31.5KA for 3sec. as per the Technical Specification.

(i) Supply No. 3 (ii) Installation, testing and commissioning No. 3

3

HT 33KV Outdoor CT:- Design, fabricate, supply, installation, testing and commissioning of outdoor Oil filled hermitically sealed HT CT 150/5/5/5Amps. 1 phase, 50HZ, 31.5KA for 3sec. For metering and protection as per the Technical Specification.

(i) Supply No. 3 (ii) Installation, testing and commissioning No. 3

4

HT 33KV Outdoor gantry Isolator:- Design, fabricate, supply, installation, testing and commissioning of outdoor Gantry Isolator 800Amps. 3 phase, 50HZ, 31.5KA for 3sec. as per the Technical Specification.

(i) Supply No. 2

BIDDING FORM-VI

PRICE SCHEDULE [To be filled up and uploaded, duly signed & stamped]

Page 182: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

180

Applicable % of GST Sl. No. `Item Description Unit Quantity SGST CGST IGST

(ii) Installation, testing and commissioning No. 2

5

HT 33KV Outdoor Lighting Arrestor:- Design, fabricate, supply, installation, testing and commissioning of outdoor Lighting Arrestor Metal Oxide Gapless, 33KV, 10KA, 1 phase, 50HZ, as per the Technical Specification.

(i) Supply No. 9 (ii) Installation, testing and commissioning No. 9

6

2.5” IPS Aluminium Tube:- Supply, installation, testing and commissioning of 2.5” IPS Aluminium Tube, as per the Technical Specification.

(i) Supply LS 1 (ii) Installation, testing and commissioning LS 1

7

Lattice Type hot dip GI Gantry structure:- Supply, installation, lattice type hot dip GI gantry structures for installation of PCVCB, CT, PT, Isolator, Cable etc. as per the Technical Specification

(i) Supply of material LS 1

(ii) civil foundation, Installation, testing and commissioning LS 1

8

Battery Charger with batteries:- Supply and Installation of Maintenance Free Lead Acid battery of 15Nos. of 2Volts each for 30V, 60AH Battery Bank along with Float cum-Boast Charger as per Technical specifications.

(i) Supply Set 1 (ii) Installation, testing and commissioning Set 1

9

33KV(E) XLPE, HT Cable:- Supply and laying of 3 C x 120 Sq.mm. HT Aluminum XLPE cable as per Technical Specification.

(i) Supply Mtr 2000

(ii) Laying through existing RCC trench/Hume Pipe/ GI Pipe. Mtr 200

(iii) Laying by excavating trench. Mtr. 1475

(iv) Laying by excavating trench after removal of paver blocks and refixing of the same Mtr. 50

Page 183: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

181

Applicable % of GST Sl. No. `Item Description Unit Quantity SGST CGST IGST

after laying.

(v) Laying through 150mm dia. Hume pipe to be laid after excavating including supply of Hume pipe.

Mtr. 50

(vi) Laying through 150NB GI Pipe to be laid after excavating, including supply of Pipe Mtr. 100

(vii) By 150NB GI Pipe to be laid after Boring including supply of Pipe Mtr. 125

(viii) Construction of RCC Cable trench as per drg. Mtr. 60

10

33KV XLPE, HT Cable end termination and straight through:- Supply of straight through and heat Shrinkable type end termination kit for three Core 120 Sq.mm. HT Aluminum XLPE cable.

(i) Supply of Indoor/Outdoor end termination kit No. 14

(ii) Supply of st. through jointing kit No. 4

(iii) Installation of indoor/outdoor end termination kit and testing and commissioning

No. 14

(iv) Installation of straight through jointing kit and testing and commissioning No. 4

11 33KV Double circuit Over head ASCR DOG 100Sqmm. Line from finger jetty road to GC Berth Main Gate:-

(i)

Transportation of old used 11/12/13.0 Mtr. Rail Pole from store/ site of HDC to work site (old and used rail pole of 11/12/13.0 Mtr each to be supplied by HDC).

No. 101

Erection of 11/12/13.0 Mtr. Rail Pole structure:- a) Erection of 11/12/13.0 Mtr. Rail Pole (4 Pole) structure complete with out Fitting (Channel, Angle & Clamp) without any insulator etc.

Set 7 (ii)

b) Erection of 11/12/13.0 Mtr. Rail Pole [Double Pole (D.P.)] for strut pole for strengthening of 4 pole structure without fittings.

Set 7

Page 184: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

182

Applicable % of GST Sl. No. `Item Description Unit Quantity SGST CGST IGST

c) Erection of 11/12/13.0 Mtr. Rail Pole [Double Pole (D.P.)] 2 pole structure with out fitting.

Set 19

d) Erection of 11/12/13.0 Mtr. Rail Pole [Single Pole (S.P.)] for strut pole for strengthening of 4/2 pole structure without fittings.

Nos. 21

Supply of GI Channels and angles for Rail Pole structures:-

a) Supply of GI Channel (100 x 50 x 6 mm) Kgs. 3000

b) Supply of GI Channel (75 x 40 x6 mm) Kgs. 900 c) Supply of GI Angle (65 x 65 x 6 mm.) Kgs. 2200

(iii)

d) Supply of GI Angle (50 x 50 x 6 mm.) Kgs. 800 Fixing & fabrication of GI Channel and angles for 11/12/13.0Mtr. Rail Pole structure:-

a) Fixing & fabrication of GI Channel (100 x 50 x6 mm) for 13.0 Mtr. Rail Pole [4 Pole/ DP] structure For insulator string holding.

Kgs. 3000

b) Fixing & fabrication of GI Channel (75 x 40 x6mm) for 13.0 Mtr. Rail Pole [4 Pole] structure for cable raising arrangement and structure holding of 4Pole.

Kgs. 900

c) Fixing & fabrication of GI Angle (65 x 65 x 6 mm.) on 13.0 Mtr. Rail Pole [4 Pole] structure as horizontal brasing & cross brasing.

Kgs. 2200

(iv)

d) Fixing & fabrication of GI Angle (50 x 50 x 6 mm.) inverted V Bracket on 13.0 Mtr. Rail Pole structure for sheild wire earthing.

Kgs. 800

Supply fixing and fabrication of GI Clamps:-

a) Supply, fixing & fabrication of GI Clamp (65 x 6 mm.), as ‘V’ Clamps, LS 1

b) Supply, fixing & fabrication of GI Clamp (65 x 6 mm.), as Support Clamps, for 13.0 Mtr. Rail Pole structure.

LS 1 (v)

c)Supply, fixing & fabrication of GI Clamp (65 x 6 mm., Commander Patti) for 13.0 Mtr. Rail Pole structure

LS 1

Page 185: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

183

Applicable % of GST Sl. No. `Item Description Unit Quantity SGST CGST IGST

(vi) Supply & fixing of G.I. Nut Bolt 5/8", 8", 3.5", 2.5" & 2" for 13.0 Mtr. Rail Pole structure

Kgs. 600

(vii) Supply & fixing of 33 KV Hardware fittings for ACSR 100Sqmm. conductor. LS 1

Supply & fixing of Insulators:-

a) Supply & fixing of 33 KV G.I. Pin with Insulator Sets. 64 (viii)

b) Supply & fixing of Disc Insulator each string. Sets. 216

(ix) Supply & fixing Al. Binding wire Kgs. 200

(x) Supply of ACSR 100Sqmm. conductor. Mtr. 7500

(xi) Stringing & sagging of ACSR 100Sqmm. conductor of span of about 50 Mtrs. Sets. 156

(xii) Civil work for concrete, plaster, net cement on Rail pole bottom portion. Nos. 101

Painting of Rail Pole structure with all iron parts with 2 coats of red oxide primer & 2 coats of Aluminium paints:-

a) Painting of Rail 4 Pole structure with all iron parts with 2 coats of red oxide primer & 2 coats of Aluminium paints

Sets. 7

b) Painting of Rail (D.P) for strut pole with all iron parts with 2 coats of red oxide primer & 2 coats of Aluminium paints

Sets. 7

c) Painting of Rail (D.P) with all iron parts with 2 coats of red oxide primer & 2 coats of Aluminium paints

Sets. 19

(xiii)

d)Painting of Rail (S.P) for strut pole with all iron parts with 2 coats of red oxide primer & 2 coats of Aluminium paints

Nos. 21

(xiv) Supply & fixing of Barbed wire on 4&2 pole structures and supply & fixing of Danger Boards

Sets. 26

(xv)

Raising arrangement of 33 KV grade, 3 Core x 120 sq. mm. XLPE insulated cable up to 6 Mtr. Height (approx.) through 4 Mtr. Long (approx.) GI pipe of 150 mm. diameter and fixing with the terminal structures, with supply of GI clamp, Nuts,

Sets. 2

Page 186: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

184

Applicable % of GST Sl. No. `Item Description Unit Quantity SGST CGST IGST

Bolts & Washers with brick protection in between the said pipe & cable etc., including proper earthing connection. (Including supply of pipe).

GI sheild wire 7/3.15mm dia.:-

a) Supply of GI sheild wire. Kgs. 750 (xvi)

b) Stringing & sagging of GI Sheild wire of span of about 50 Mtrs. Sets. 26

GI stay wire 7/2.5mm dia. with Guy insulator:-

a) Supply of stranded GI stay wire with Guy insulator. sets. 24 (xvii)

b) Installation and fixing of stranded GI stay wire with Guy insulator. sets. 24

Earthing of Rail Pole structure:-

a) Supply of 50 x 6 mm G.I. strip Mtr. 600

(xviii) b)laying of 50 x 6 mm G.I. strip for earth electrode station to Rail Pole cable structure [4/2 Pole structure] bottom portion & Lightening Arrestor (LA) top portion, by welding & connection, with commissioning of the system

Mtr. 600

Earthing stations:-

a) Construction of Earth Electrode Station including supply and delivery of 50 mm. diameter 3 Mtr. long G.I. perforated pipe Earth Electrode as IS: 3043.

Sets. 14 (xix)

b)Construction of Spike Earthing Station including supply and delivery of GI Spike of 2150mm Length diameter 16mm Earth Electrode.

Nos. 22

(xx) Supply and fixing of Craddle guard

Sets. 2

12.

Dismantling of existing 11KV Overhead Line (Single circuit Panther Conductor) and transporting dismantled items i.e. Rail pole, ACSR Conductors, Insulators etc. to site store of HDC. (Approx.300Mtrs. span).

LS 1

Sub-Total-(Part A)

Page 187: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

185

Applicable % of GST Sl. No. `Item Description Unit Quantity SGST CGST IGST

PART B- ELECTRICAL INSTALLATION AT GC BERTH SUB-STATION:-

1

HT 33KV VCB Panel:- Design, fabricate, supply, installation, testing and commissioning of indoor HT 33KV VCB Panel 1250A, 3 phase, 50HZ, 25KA for 3sec. as per the Technical Specification(08 panel).

(i) Supply Set 1 (ii) Installation, testing and commissioning Set 1

2

HT 3.3KV VCB Panel:- Design, fabricate, supply, installation, testing and commissioning of indoor HT 3.3KV VCB Panel 1250A, 3 phase, 50HZ, 25KA for 3sec. as per the Technical Specification(02 panel).

(i) Supply Set 1 (ii) Installation, testing and commissioning Set 1

3

6MVA Power Transformer:- Design, Manufacture, supply, installation, testing and commissioning of following 33/3.3 KV oil filled indoor type transformers with On Load tap changer, RTCC Panel & marshalling box of make as per the Technical Specification.

(i) Supply of 33/3.3 KV, 6MVA Power Transformer No. 1

(ii) Civil foundation No. 1 (iii) Installation, testing and commissioning No. 1

4

3.3KV(UE) XLPE, HT Cable :- Supply and laying of 1C x 1000 Sq.mm. HT Aluminum XLPE armoured cable as per Technical Specification.

(i) Supply Mtr 240 (ii) Laying through RCC trench Mtr 240

5

3.3KV XLPE, HT Cable end termination:- Supply of end termination kit for 1C x 1000 Sq.mm. HT Aluminum XLPE cable.

(i) Supply of Indoor end termination kit No. 16 (ii) Installation, testing and commissioning No. 16

Page 188: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

186

Applicable % of GST Sl. No. `Item Description Unit Quantity SGST CGST IGST

6

Battery Charger with batteries:- Supply and Installation of Maintenance Free Lead Acid battery of 15Nos. Of 2Volts each for 30V, 60AH Battery Bank with Float cum-Boast Charger as per Technical specifications.

(i) Supply set 1 (ii) Installation, testing and commissioning set 1

7

Providing Earthing System with plate Earthing in accordance with BIS 3043 or latest amendment as per Technical Specification.

(i) Supply No. 10 (ii) Installation, testing and commissioning No. 10

8 Supply and laying of 50 mm x 6 mm Hot dip galvanized Earthing flat / strip as per Technical specification.

(i) Supply Mtr 200 (ii) Laying Mtr 200

9 Structural items:

(i) Supply of GI Chequered Plates 8mm thick T 1 (ii) Supply of GI Angles (65x65x6)mm T 1 (iii) Supply of GI Channels (75x40x6)mm T 1

(iv) Fabrication, Installation and commissioning of above structural items T 3

Sub-Total-(Part B)

Total-( Part A + Part B)

Page 189: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

187

SECTION - X

CHECKLIST

Before scanning and upload the following required documents, all pages are to be signed by a person duly authorised to sign on behalf of the bidder, and are to be embossed with their official seal, owing responsibility for their correctness / authenticity. All pages of the aforesaid documents should be serially marked.

The offered prices would be given in the “Price Bid (Part-II)” electronically, through the website of MSTC Ltd. only.

Sl.No. Particulars

Submitted/ Not submitted

[Put √ if submitted and put X if not

submitted]

If submitted, page numbers

1. Filled up checklist.

2. Proof of Bid Document Fee.

3. Poof of Earnest Money Deposit (EMD).

4. Certificate of getting benefit by MSME / SSI / NSIC for exemption of Bid Document Fee and Earnest Money,

5. Bidding Forms

i) Bidding Form – I

ii) Bidding Form - II

Page 190: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

188

Sl.No. Particulars

Submitted/ Not submitted

[Put √ if submitted and put X if not

submitted]

If submitted, page numbers

iii) Bidding Form – III

iv) Bidding Form - IV

v) Bidding Form – V

vi) Bidding Form - VI

vii) Bidding Form - VII

Page 191: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

189

SECTION – XI

CONTRACT FORMS

FORM OF AGREEMENT

(To be submitted on Non- Stamp Paper of worth not less than INR 50.00)

CONTRACT NO. : GM(E)/…………/ /AGMT/……./……..

TENDER REFERENCE: Tender No. SDM(P&E)/T/33/2018-2019

E-Tender No.: KoPT/Haldia Dock Complex/P&E Div/35/18-19/ET/372 for

“Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT”.

ORDER REFERENCE: …………… /997/ /O-… dated …………………………

This agreement made this ………………….. day of ……….. , Two thousand …………. , BETWEEN

The Board of Trustees for the Port of Kolkata, a body corporate -- constituted by the Major Port Trust Act, 1963 (hereinafter called the ‘Trustees’, which expression shall unless excluded by or repugnant to the context be deemed to include their successors in office) of the one part

AND

………………………………………………………………………………….. (hereinafter called the “Contractor”, which expression shall unless excluded by or repugnant to the context be deemed to include its heirs, executors, administrators, representatives and assignees or successors in office) of the other part

[Together hereinafter the “Parties”]

WHEREAS

The Trustees are desirous that certain works should be executed by the Contractor, viz. “Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.” and have accepted a Bid / offer by the Contractor for execution, completion and maintenance of such works, including remedying any defects therein, during the Defect Liability Period. NOW THIS AGREEMENT WITNESSETH as follows:

1. In this agreement words expressions shall

Page 192: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

190

NOW THIS AGREEMENT WITNESSETH as follows :

1. In this agreement words and expression shall have the same meanings as are respectively assigned to them in Conditions of Contract hereinafter referred to.

2. The following documents shall be deemed to form and be read and construed as part of this agreement :

a) The said bid / offer.

b) The Letter of Acceptance of the bid /offer [vide Order No. ............/ 997/……./O-… dated …………….]

c) The Conditions of Contract and Technical Specification [all terms and conditions of Tender No. SDM(P&E)/T/33/2018-2019].

d) Addenda [Please insert Addenda Nos. …………...]

e) “ Price Comparative Statement”, showing the prices quoted (electronically , through the website of MSTC Ltd.) by the Successful Bidder, in the Price Bid.

f) All correspondence, by which the contract is added, amended, varied or modified, in any way, by mutual consent.

3. In Consideration of the payments to be made by the Trustees to the Contractor as hereinafter mentioned, the Contractor hereby covenant with the Trustees to execute, complete & maintain the work, including remedy any defects therein (during the Defect Liability Period”), in conformity with the provisions of the Contract, in all respects.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed the day and year first before written.

The parties hereunto affixed their respective Common Seals (or have hereunto set their respective hands and seals).

For and on behalf of

For and on behalf of

HALDIA DOCK COMPLEX KOLKATA PORT TRUST

(TRUSTEES)

SEAL

(CONTRACTOR)

SEAL

In presence of

In presence of

Page 193: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

191

INDEMNITY BOND

[To be submitted on Non-judicial Stamp Paper of worth not less than INR 50.00, duly notarised]

Reference: Order No.: ……../…………/……./O-… dated ……………. for Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT. Senior Deputy Manager (P&E), Haldia Dock Complex ; Operational Administrative Building (1st Floor) ; Chiranjibpur, P.O.: Haldia ; Dist. : Purba Medinipur , West Bengal, India PIN : –721 604

This deed of Indemnity Bond made on ……………………… by ……………………………. having their office at ………………………………………… (hereinafter called “the Contractor”). Whereas the General Manager (Engineering), Haldia Dock Complex, Kolkata Port Trust, Dist.: Purba Medinipur, West Bengal (hereinafter call “the Engineer”) has placed an order, bearing no. ……………… 997/……./O-… dated ……………. and some materials, spare parts, components, sub-assemblies, etc. are required to be taken outside of Haldia Dock Complex premises for some specialized servicing, repairing, overhauling, etc. or fault diagnosis & remedial measures by the Contractor, as per the terms & conditions mentioned in the said order, and which have been mutually agreed upon by the parties hereto,

AND

Whereas in consideration of the said contract, the Contractor has agreed to execute an Indemnity Bond for the safe custody on receipt of the said materials, spare parts, components, sub-assemblies, etc., from the Engineer until the completion of servicing / overhauling / repairing / remedial work and returning back to the Engineer as hereinafter appearing.

Now this deed witnessed that in pursuance of the said agreement and in the premises, the Contractor agrees to indemnify Engineer and at all the terms, to hold themselves liable for all the damages, loss due to pilferage / fire or negligence on the part of the Contractor or their employees, agents and representatives or from whatever cause, with all losses, interest charges and expenses incurred by the said Engineer on account of the material(s) issued to the Contractor,

AND It is in terms of the said contract and this Deed of Indemnity, the material(s) issued free to the Contractor for servicing / overhauling / repairing / fault diagnosis & remedial work, thereon shall be deemed to be the property of the Engineer.

Page 194: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

192

It is hereby agreed that the Contractor shall be liable for all injury, losses and damages that may be caused to the ………………., from whatever cause and further that the Contractor shall not part with or delivery possession of the said material(s) to any other party or person, save in compliance with and in performance & provision of contract in respect of which this Indemnity Bond is executed, the Contractor having undertaken to delivery the said material (s) in all respect in compliance with the terms of the contract.

This bond and the trust hereby created shall remain valid and binding on the Contractor till such time as the above said order has been fully and finally executed and Contractor has delivered the ………………………………….. complete thereon to the Engineer under the terms of the contract.

For and on behalf of (name of the Contractor), under the common seal of the company.

WITNESS

( Signature ) Name :

Designation

(Signature of the authorised person on behalf of the Contractor) Name :

Designation

Signed in my presence and identified by me

Page 195: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

193

BANK GUARANTEE FOR PERFORMANCE GUARANTEE

[To be submitted on Non-judicial Stamp Paper of worth not less than INR 50.00] To The Board of Trustees, for the Port of Kolkata.

BANK GUARANTEE NO................................... DATE..................... Name of Issuing Bank............................................................................ Name of Branch......................................... ………………………… Address...............................................................................................................

In consideration of the Board of Trustees for the Port of Kolkata, a body corporate – duly constituted under the Major Port Trusts Act, 1963 (Act 38 of 1963), (hereinafter referred to as “The Trustees”) having awarded to Shri / Messrs ……………………………………………………., a Proprietary/ Partnership/Limited / Registered Company, having its Registered Office at …………………………………………………. (hereinafter referred to as "The Contractor", which expression shall unless repugnant to the context or meaning thereof include its successors, administrators, executors and assigns), a CONTRACT by issue of Trustees’ Work Order No. ……… / ………./……./O-….. dated ……………. for “Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.” and the same having been unequivocally accepted by the Contractor resulting in a CONTRACT bearing No. GM(E)/997/ /AGMT/……./…….. and the Contractor having agreed to provide a BANK GUARANTEE from a Nationalized / Scheduled Bank of India, in prescribed format for Rs. …………………………. (Indian Rupees …………………………………….) only, for the faithful and satisfactory performance of the entire contract .

We, ... . ......... ........................................... Branch, Kolkata ............................../Haldia, do, on the advice of the Contractor, hereby undertake to indemnify and keep indemnified the Trustees to the extent of the said sum of Rs …………………………. (Indian Rupees …………………………………….) only. We, ................................ …………………........................ ..............Branch, Kolkata ... ................................/Haldia, further agree that if a written demand is made by the Trustees through any of its officials for honouring the Bank Guarantee constituted by these presents, we,.......................................... ........... Branch, Kolkata ...................../Haldia, shall have no right to decline to cash the same for any reason whatsoever and shall cash the same and pay the sum so demanded to the Trustees within a week from the date of such demand by an A/c Payee Banker's Cheque drawn in favour of "Kolkata Port Trust", without any demur. Even if there be any

Page 196: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

194

dispute between the Contractor and the Trustees, this would be no ground for us, .............................................................................. ......... ........ (Name of Bank), ........................................... Branch, Kolkata ..................... ......../Haldia, to decline to honour the Bank Guarantee in the manner aforesaid. The very fact that we, ........................... .........................Branch, Kolkata..................... ...../Haldia, decline or fail or neglect to honour the Bank Guarantee in the manner aforesaid, shall constitute sufficient reason for the Trustees to enforce the Bank Guarantee unconditionally without any reference, whatsoever, to the Contractor.

2. We, .................................................. ...................' Branch, Kolkata ............ .../Haldia, further agree that a mere demand by the Trustees at anytime and in the manner aforesaid, is sufficient for us, ........................ ............................Branch, Kolkata ............ ............../Haldia, to pay the amount covered by this Bank Guarantee in full and in the manner aforesaid and within the time aforesaid without reference to the Contractor and no protest by the Contractor, made either directly or indirectly or through court, can be valid ground for us, ................................................................. ............... Branch, Kolkata ......................../Haldia, to decline or fail or neglect to make payment to the Trustees in the manner and within the time aforesaid.

3. We,... ... ... ... ...... ... ... ...... ...... . .. .. .. . .. . ...... ... Branch, Kolkata ......... ............/Haldia, further agree that the Bank Guarantee herein contained shall remain in full force and effect, during the period that is taken for the due performance of the said contract by the Contractor and that it shall continue to be enforceable till all the dues of the Trustees under and/or by virtue of the terms and conditions of the said contract, have been fully paid and its claim satisfied and/or discharged in full and/or till the Trustees certify that the terms and conditions of the said contract have been fully and properly observed/fulfilled by the Contractor and accordingly, the Trustees have discharged the Bank Guarantee, subject however, that this guarantee shall remain valid upto and inclusive of ...........................day of....................... ….........and subject all so that the provision that the Trustees shall have no right to demand payment against this guarantee after the expiry of 6 (six) calendar months from the expiry of the aforesaid validity period upto................................or any extension thereof made by us, .................................................... ......Branch, Kolkata........................ ...../Haldia, in further extending the said validity period of this Bank Guarantee on Non-judicial Stamp Paper of appropriate value, as required / determined by the Trustees, only on a written request by the Trustees to the Contractor for such extension of validity of this Bank Guarantee.

4. We, .. ... ... .... ... .. ... ... ... ... ... ... ......... ...Branch, Kolakta .. .... ...... ....... .../Haldia, further agree that, without our consent and without affecting in any manner our obligations hereunder, the Trustees shall have the fullest liberty to vary from time to time any of the terms and conditions of the said contract or to extend the time for full performance of the said contract including fulfilling all obligations under the said contract by the Contractor or to postpone for any time or from time to time any

Page 197: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

195

of the powers exercisable by the Trustees against the Contractor and to forebear or enforce any of terms and conditions relating to the said contract and We,.. ... ... ...... .... .................. . ... .... ...Branch, Kolkata... ......... .../Haldia, shall not be relieved from our liability by reason of any such variation or extension being granted to the Contractor or for any fore-bearance, act or commission on the part of the Trustees or any indulgence by the Trustees to the Contractor or by any such matter or thing of whatsoever nature, which under the law relating to sureties would, but for this provision, have effect of so relieving us, .... ... ... ... ... ... ... .... ... ...Branch, Kolkata ... .... ... ... ....... .../Haldia.

5. We, …………………………. Branch, Kolkata ... .... ... ... ....... .../Haldia do also agree that the Trustees at their option shall be entitled to enforce this Guarantee against us .... ... ... ... ... ... ... .... ... ...Branch, Kolkata ... .... ... ... ....... .../Haldia as principal debtor in the first instance without producing against the Contractor and notwithstanding any security or other guarantee that the Trustees may have in relation to the Contractor’s liabilities.

6. We,................ ... .... ... .-. ... ... ... ... ... ... ... ...Branch, Kolkata... ... ... ... ... .../Haldia, lastly undertake not to revoke this Bank Guarantee during its currency except with the previous consent of the Trustees in writing.

SIGNATURE... ............................. NAME…………………………….. DESIGNATION............................ ( Duly constituted attorney for and on behalf of )

BANK. . . .. . . . . . .. . .. . . . . .. . . . . .. .... .., . .. ... BRANCH... …………………………………….. KOLKATA... .................................................../HALDIA

( OFFICIAL SEAL OF THE BANK)

Page 198: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

196

Kolkata Port Trust

Haldia Dock Complex CERTIFICATE OF COMPLETION OF WORK

Contractor : _____________________________________________________________ Address : _____________________________________________________________ ____________________________________________________________ Date of completion : ___________________ Dear Sir,

Subject : Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

Reference : i) Work Order No.: .........../……../……./O-… dated …………………………

ii) Contract No./ Agreement No. : .........../…………/………/ AGMT / ……………./

This is to certify that the above work which was carried out by you is, in the opinion of the undersigned, complete in every respect on the __________________ day of ___________ 20____, in accordance with terms of the contract and you are required to maintain the work in accordance with GCC Clause No. 7.67 of the General Conditions of Contract and under provisions of the contract.

(Signature of the Engineer/Engineer’s Representative) Name: …………………….……………..…..

Designation: ………………………………………………………………… Date: …………………………………………………………………………

(OFFICIAL SEAL)

Page 199: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

197

(“NO CLAIM CERTIFICATE” FROM CONTRACTOR)

[To be submitted on Bidder’s Letter Head] General Manager (Engineering), Haldia Dock Complex , Kolkata Port Trust. Engineering Department Jawahar Tower Complex ; P.O.: Haldia Township; Dist.: Purba Medinipur ; PIN: –721607 West Bengal, India.

Dear Sir,

Subject : Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT. .

Reference : i) Work Order No.: .........../……../……./O-… dated …………………………

ii) Contract No./ Agreement No. : .........../…………/………/ AGMT / ……………./

I/We do hereby declare that I/we have received full and final payment from Haldia Dock Complex, Kolkata Port Trust, for the execution of the subject work, and I/we have no further claim against Haldia Dock Complex, Kolkata Port Trust in respect of the above mentioned job.

Yours faithfully,

(Signature of Contractor)

Date : ……………………………… Name of Contractor : …………………………… Address : …………………………………………..

(OFFICIAL SEAL OF THE CONTRACTOR)

Page 200: haldia dock complex - Kolkata Port Trust

Supply, Installation, Testing and Commissioning of 33 kV Over Head Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

198

Kolkata Port Trust Haldia Dock Complex

CERTIFICATE OF FINAL COMPLETION

General Manager (Finance), Haldia Dock Complex (HDC), Jawahar Tower Complex, P.O: Haldia Township, Dist.: Purba Medinipur, PIN – 721 607, West Bengal, India. Subject : Supply, Installation, Testing and Commissioning of 33 kV Over Head

Line & Under Ground Cable from Intake Substation to GC Berth Substation for strengthing of power supply arrangement of RMQC-3 of HDC, KoPT.

Reference : i) Work Order No.: .........../……../……./O-… dated …………………………

ii) Contract No./ Agreement No. : .........../…………/………/ AGMT / ……………./

This is to certify that the above work, which was carried out by …………………………………. is now complete in every respect, in accordance with the terms of the contract and that all obligations under the contract have been fulfilled by the Contractor including non-comprehensive and comprehensive maintenance contract period.

(Signature of the Engineer/Engineer’s Representative) Name: …………………….……………..…..

Designation: ………………………………………………………………… Date: ………………………………………………………………………… (OFFICIAL SEAL)